Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 59571
FORT-WORTH_�._ CONTRACT FOR THE CONSTRUCTION OF CITY SEME'JARY COMMACT NO. - VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR RI®S®LIDS DRYING FACILITY Mattie Parker Mayor City Project No. 103011 Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department 2023 EXECUTED o0 HALFF' 1201 N. Bowser Road Richardson, TX 75081 TBPE O_S #312 ®avid Coke City Manager rFIRCIAL RECC9 C4 TySECA�I�� VT' 1All��►R WORM. TJ( THIS PAGE LEFT INTENTIONALLY BLANK 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 004100 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/20 77 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/20-11 00 45 40 Business Equity Goal 10/2V2021 00 52 43 Agreement 11/23/2021 00 61 13 Performance Bond 07/01/2011 00 61 14 Payment Bond 07/01/2011 00 61 19 Maintenance Bond 07/01/20-1 1 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01- General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 C 01 25 00 Substitution Procedures 07/01/2011 013119 Preconstruction Meeting 08/IV2012 j 01 31 20 Project Meetings 07/01/2011 f 013216 Construction Schedule 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 f 0135 13 Special Project Procedures 03/11/2022 0145 23 Testing and Inspection Services 03/09/2020 015000 Temporary Facilities and Controls 07/01/2011 0155 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 j 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 j 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 017000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 0174 23 Cleaning 07/01/2011 01 76 00 Asset Management 12/22/2022 017719 Closeout Requirements 03/22/2021 017823 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised September 9, 2022 CITY PROJECT NO. 103011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 01-- General Requirements Modified 01 12 00 1 Work Sequence (HAI) 10/25/2022 Division 02 - Existing Conditions NONE Division 03 - Concrete NONE Division 26 - Electrical 26 00 00 Electrical - General Provisions (GAI) 08/24/2022 2605 19 Low -Voltage Wires and Cables (GAI) 08/24/2022 26 05 26 Grounding and Bonding System (GAI) 08/24/2022 2605 29 Electrical Support Hardware (GAI) 08/24/2022 2605 33 Raceways and Boxes for Electrical Systems (GAI) 08/24/2022 26 05 43 Underground Systems (GAI) 08/24/2022 26 27 26 Light Switches and Receptacles (GAI) 08/24/2022 26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 08/24/2022 (GAI) 26 29 87 Control Panels (GAI) 08/24/2022 26 43 13 Low Voltage AC Surge Protective Devices (GAI) 08/24/2022 Division 31- Earthwork NONE Division 32 - Exterior Improvements NONE Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill (HAI) 10/21/2022 3305 19 Horizontal Directional Drilling (HAI) 10/25/2022 33 05 26 Utility Markers/Locators (HAI) 10/25/2022 3312 15 Electric Actuators (HAI) 10/25/2022 33 12 18 Ball Valves (HAI) 10/25/2022 33 12 19 Pressure Testing of Pipelines (HAI) 10/2812022 33 31 15.1 High Density Polyethylene (HDPE) Pipe for Gas Mains (HAI) 10/21/2022 33 31 15.2 Stainless Steel Pipe for Gas Mains (HAI) 10/21/2022 Division 34 - Transportation NONE Division 40 - Process Integration 40 61 00 Instrumentation And Controls - General Provisions (GAI) 11/14/2022 40 61 21 Process Control System Testing (GAI) 11/14/2022 40 63 00 Programmable Logic Controller (GAI) 11/14/2022 40 68 60 Application Services Provider (GAI) 11/14/2022 40 70 50 Instrument Support Hardware (GAI) 11/14/2022 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised September 9, 2022 CITY PROJECT NO. 103011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 407100 Field Instrumentation (GAI) 11/14/2022 40 78 00 Panel Mounted Control Devices (GAI) 11/14/2022 Division 43 — Gas Process Equipment 43 13 31 1 Pressure Vessels (HAI) 11/14/2022 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http:/Ifortworthtexas.uov/tow/contractors/ or httos:/lands.fortworthtexas.euv/ProiectResourcesr Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02-4i I4 Utility Remc»cA��' dexm t 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 0290 08 Division 26 - Electrical 260500 Jraa--l-aed 26 05 io 2605 43 Underwound D tlra:r1 Raceways foF >a l,.etr4ea e....+..... s 26 as NA commullicadons Multi Duot C-Fmduit Division 31- ' ?arthwork 31 00 00 Site Clearing 31 23 I6 Unclassified Exeayat4ain 21 Z 2 Borro 312400 Emba"ents 31 25 00 Erosion and Sediment Control K 36 go Gabiens 313790 Ripr-ap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 3' 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 32 ii 7 Liquid Treated Sail Stabili 32 1:2 16 Asphalt FaWng Last Revised 03/11/2022 11120/2012 02/02/2016 03/11/2022 12/20/2012 12/20/2012 1212012032 03/22/2021 A412812al a Di/2W943 OU29=4 04/29/2021 12, 2012W 2S 12/20/2942 12/20/2012 1- MW2042 12/20/2012 12/20/2012 I=WM 06/10/2022 121T OF CITY OF FORT WORTH VCWRF ADDITIONAL. GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised September 9. 2022 CITY PROJECT NO. 103011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1321273 A6phalrPvinr< G -aek Sealants Page 4 of 6 192QW291-2 I 32 13 13 32 13 20 lam. nefete U... kig Concrete Sidewalks, Driveways and Barrier Free Ramps 06/1012022 12/09/2021 32 13 73 Concrete Paving Joint Sealants 12/20/2012 `�'� Unix- o 1��'; ti � c 121201201 � 32 16 13 Concrete Curb and Gutters and Valley Gutters 06/10/2022 32 17 23 Pavement Markings ram,,,-b A 06/10/2022 , /n_ 3!� 15 3231 13 .laws Painting Chain Fences and Gates y ?3 12/20/2012 3-231-26 32 e Fg-io:✓znd Gates 1=W91I M 29 �3 Wood yornea-'; ;;d ✓illt I : -Mul nKn�—, Vi�a'C 17!', 06105r2019 I -32 91 19 Topsail Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 329214 Sodding Non T,r.,tiye Seeding 05/13/2021 0543Q02i I l 17z Division 33 - Utilities na Tif.....ke e nnrn 0 330131 Sewer- Testing Closed Gifeuit Television (CCTr) %lpoodum Ear" xt�0y-Sewer- 8 n�zrla�r 42 2'1�2 Closed leir-s it Tel., Asief I!'CT[ T t) �rmpee�rru S�rls1 �� , 202� 03 �z 03 w to BypaSS 12UE&PiRg Of BXiStillg SeW 1 JjC%MM2 17M� n � 33 0410 JazGt Bmda ..�-�)a110olatian r,.....,.sieii Test , 2/20/` 42 3304 :1 13 041-z Gent,-,,.1 Stafiens zsgR,33iu An --do G-at-h .,-io nr "o&zjS Ky4effi Te -.,,,aryW.,tffSe-vices iN20/2= lqt2W2012 I mrnmTv1/ 33o4 3nQ 33 04-50 Cleaning .,,wing Pipes, 011 0311a� 11/2022 33 05-1 :A3 05 1 32� of Utility T.-efie Ekes, ation, Embe.l„..ent,..,,.1 R.,..Lf;11 tar tef Line 7 1 »..,m r,...,,f and r ..ade lDi., - 04/02/2021 12/ 0120.1-2 nn/nr.�rv9;im 1 339514 33 05-16 1 72�T 03r11�� z z/2022 o3/1 1=2� �e GUMXVia AN44 r-� 1,. ner-.rte !-`ol &s 33 95 20 33 052i s Tunne Lima P 12 12, i 33 05 22 n� Steel Casing Pipe T.,fma i„g 1212012012 31 33 05 24 >=r.,n,1 Installation of Carrier Pipe in Casing or Tunnel Liner Plate ��2BF2g12 06/19/2013 330526 Utiltj W, 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 1 Duet i13'X:1 : P:13e Duefile T,.e Fitting.., 11',/']. ,20l 2012 nnlo n T x3 11 w '33 1 1 �' Polyv4nyl Chloride (PVC) Pfes Tsuf@ 14pe Go f to Res a Pi,..., Bar 1x1 2e pped, Steel !-'y1..-.de f Type �3 09/091 121"1�01-2 -3 1! ,1 $uFed-St$n: I1ac rr.�1Fitfif*S i 2120no14 33 1210 Wef Se f-y e �0 I ir�h � a ink 0 2/14/ z �2017t 23 12 1 y T .,,-ge W tef 11Rete s 1217 � CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR 1310SOLIDS DRYING FACILITY Revised September 9, 2022 CITY PROTECT NO. 103011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 122 Resilient Seated Gate VaWe nc,n�n�S 113 i2li A SxTZ7LT A Rubber Seated B tte&gy A a4ye� 33-i2 25 Gonfleetion to Air 33 12; 300 Gs ti3 : Air ` a4ye Assemblies for- Potable Wa4er System 12120POI-2 331240 File Hydf ants 01 rna 4 331250 wats Fi pld rkrm,� 12 onM 93 126 Standard Blew off Valve A s.,e.v.h1., n6,i�v nrr912013 ly 33 25Density 0412�3/20z9 333 PolyvinylGh4ofi e /]VQ !r.-yi af\�j peWeF Pipe Q Tno (1�27 U L7 �n fzPVC\ Closed Pfef;le Cka--.:ty Sanitary Co,..or '13 3 T 21 P,.W pipe �-aSanitary Se'W:11 Eli-, 1/;li-ttl zrz.vrzvQ 33 3' 23 1 r�or�nQ 3'�a 041261284-3 i Air-1 c r Q4012014 3-3-1-79 +Gjrn:'�"atzo���°n �r .,L-l:er��e��~nu'_14a�s � '22� Cast ;.,-PIA-6o !`..Re fete MaPh0105 1712z 33392v 1 '11 lh 2 333940 40 z �lIKat�,rae r + A seeee Chamber- (W A N1ll Q 12017 �> 04AW2021 �3 4 0 Ffi0i" Sa ff Pipa/Culyefts n'lrnvrr0V20H 33 11 1! Ri k Dc,�ky Palyethylener/a fw Pta-,km D?ak i2r 3341 133 Pelypr-.py e.,a D;p fe-y S'3 x:DY--cam 06A0120 3-3-46 00 Siabdfainag 1'1 l7 W 33 46 0 07 01�� r201 1 33 46 02 07 0 1 3349 1 Gaut in Ply 4 A/20Q 334940 Stmm TJ�:-mgeHwdkvaRa and Wingwalls 07r0M Division 34 - Transportation 34 n3rto 1�i 34 A�-r-r1 10 01 Attaehment'A teat aaer•Gie 1 nz �49faQW5 34 n�02 AttacahmeH#BColYt-xli9t' Spaeifieafie OwM2 34 n�� 042= g4 41-41 2/20 i 3 ✓1 11 13 RZA1ar1ing 'T'ra:N,5� Fi gnals r" "a ,�22 34 4120.01 T 1 ns 15k201 S !�: ...j.� TZ3� Grj �LI�lllar.�^t00 nv.-x=irz�crr.1 44 4� r -201 c lr��:r� ITD 1t�W�.�.ut • �>^.or� 06 5/�� 34�nv3 1 r T 06/ 5 201=5 �e5i� �rT) '�. �Li�%rJ ..].ar.®ic� vvrl=iT�vn 34 4130 Aluminum Fi.gns WMOH 1 34 44S0 0=612016 1 3471 13 Traffic Control 03/22/2021 Appendix CITY OF FORT WORTH VCWRF ADDITIONAL OAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised September 9, 2022 CITY PROJECT NO. 103011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 GC-4.02 Subsurface and Physical. Conditions GC-4.04 Underground Facilities GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised September 9, ZOZZ CITY PROJECT NO. 103011 00 00 00 DESIGN PROFESSIONAL SEALS Page 1 of 3 SECTION 00 00 00 DESIGN PROFESSIONAL SEALS ISSUED FOR BID Specification Sections Sealed The specifications listed herein were prepared by or under the supervision of: 7,�P�E OF r " th ••.........,. 9 1 *.r •.s w DIVISION 00 — GENERAL CONDITIONS si ......................11- EGO C. GAL0ER0N.1.... GUI DIVISION 01— GENERAL RE UIREMETNS :•• Q q 132096 �: °��••�ic��sE�••�'��� DIVISION 33 — UTILITIES �% SS/ONA 4 ,���� 01/06/2023 HUGO C. CALDERON URIOSTEGUI, PE TEXAS P.E. #132096 HALFF ASSOCIATES, INC. TBPE FIRM #F-312 DATE: 1 /6/2023 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 22, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 00 00 00 DESIGN PROFESSIONAL SEALS Page 2 of 3 ISSUED FOR BID Specification Sections Sealed The specifications listed herein were prepared by or under the supervision of: F %� • ............•..■u.w... u.. JOHN ORTHO STINNETT,11 ............. a .... 0....... _0.8 -a�,`• 132301 �,.7 DIVISION 43 — GAS PROCESS EQUIPMENT 't�S/ONA L /CENS00 E�-: 01 /06/2023 JOHN ORTHO STINNETT,11, PE TEXAS P.E. #132301 HALFF ASSOCIATES, INC. TBPE FIRM #R-312 DATE: 1/6/2023 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 22, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 00 00 00 DESIGN PROFESSIONAL SEALS ISSUED FOR BID The specifications listed herein were prepared by or udder the supervision of: OF" a T�14p�� ® GJ as o0 4� ®oo�ooe0000vooa00000a000eoo OF PUNEET GUPTA aoa�aoovavvvaovvvaoaaoao�ov 115692®w� aa69aa0e rN 1 %/()NA 12✓30/202-2 PUNEET GUPTA, PE TEXAS P.E. #115692 GUPTA AND ASSOCIATES, INC. TBPE FIRM #F-2593 DATE: 1/6/2023 CITY OF FORT WORTH Revised December 22, 2022 Page 3 of 3 Specification Sections Sealed DIVISION 26 — ELECTRICAL DIVISION 40 — PROCESS INTEGRATION END OF SECTION VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK City ®f Fort Worth., 'texas Mayor and Council Communication DATE: Tuesday, May 23, 2023 REFERENCE NO.: **M&C 23-0410 LOG NAME: 60VCWRF ADDITIONAL GAS BIOSOLIDS — RCONST&HALFF SUBJECT (CD 51 Future CD 5) Authorize Execution of a Contract with R Construction Civil, LLC. in the Amount of $4,828,791.50 for the Village Creek Water Reclamation Additional Gas Line for Biosolids Drying Facility Project, Authorize Execution of Amendment No. 1 in the Amount of $248,775.00 to an Engineering Agreement with Halff Associates, Inc. for the Village Creek Water Reclamation Additional Gas Line for Biosolids Drying Facility Project, Provide for Total Project Costs in the Amount of $5,619,233.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance 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 R Construction Civil, LLC in the amount of $4,828,791.50 for the Village Creek Water Reclamation Additional Gas Line for Biosolids Drying Facility project (City Project No. 103011); 2. Authorize execution of Amendment No. 1 in the amount of $248,775.00 to an engineering agreement with Halff Associates, Inc. for construction phase services for the Village Creek Water Reclamation Additional Gas Line for Biosolids Drying Facility project (City Project No. 103011) for a revised contract amount of $565,455.00; 3. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Water Reclamation Additional Gas Line for Biosolids Drying Facility project; and 4. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the Village Creek Water Reclamation Additional Gas Line for Biosolids Drying Facility project (City Project No. 103011) in the amount of $5,619,233.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with R Construction Civil, LLC in the amount of $4,828,791.50 for the Village Creek Water Reclamation (VCWRF) Additional Gas Line for Biosolids Drying Facility project (City Project No. 103011) and authorize execution of Amendment No. 1 to City Secretary Contract No. 56388, an engineering agreement with Halff Associates, Inc., in the amount of $248,775.00 for construction support services for the VCWRF Additional Gas Line for Biosollds Drying Facility project (City Project No. 103011) for a revised contract amount of $565,455.00. On August 24, 2021, M&C 20-0622, the City Council authorized an engineering agreement with Halff Associates, Inc., (City Secretary Contract No_ 56388), in the amount of $316,680.00 for the design of a biogas pipeline. The biogas pipeline will convey digester gas from VCWRF to the biosolids drying facility for use as a supplemental fuel source for the new biosolids dryer. Amendment No. 1, will provide compensation for additional design on the project as well as construction phase services consisting of contractor submittal review, technical assistance, and site visits. The project was advertised forbid on January 12, 2022 and January 19, 2022, in the Fort Worth Star - Telegram. On April 13, 2023 the following bids were received: Bidder Total Base Base Bid + Contract Bid Alternate A Time R Construction $4,828,791.50 $4,810,791.50 365 CalendarCivil, LLC Days Driver Pipeline $6,590,354.95 $6,578,145.40 Company, Inc. *Staff recommends award of contract for the Base Bid. In addition to the contract cost, $348,514.00 is required for project management, inspection, and materials testing, and $193,152.00 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. 60VCWRF ADDITIONAL GAS BIOS®LIDS — RCONST&HALFF Capital project FY2023 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2023 (dame Budget 103011 66022 - — ADD. W&S VA Commercial Dryer Paper Facility Gas line $0.00 This M&C $5,619,233.00 $5,619,233.00 This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until the debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. Funding for the Additional Gas Line for Proposed Biosolids Facility project is depicted below: Fund Existing I Additional project Total* Appropriations Appropriations W&S Rev Bonds Series 2022 - $441,711.00 $O.uu $441,711.00 Fund 56020 W&S Commercial Paper -Fund $0.00 $5,619,233.00 $5,619,233.O0 56022 Project Total 1 $441.711.0011 $5,619,233A011$6,060,944.001 *Numbers rounded for presentation purposes. Business Equity-- R Construction Civil, LLC - R Construction Civil LLC is in compliance with the City's Business Equity Ordinance by committing to 6 percent participation on this project. The City's goal on this project is 5 percent. Business Equity - Halff Associates, Inc. agrees to maintain its initial MIWBE commitment of 10 percent that it made on the original agreement and extend and maintain that same MIWBE commitment of 10 percent to all prior amendments up to and inclusive of this Amendment No. 1. Therefore Halff Associates, Inc. remains in compliance with the City's MIWBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous MfWBE Commitment form executed by an authorized representative of its company The project is located in COUNCIL DISTRICT 5 and FUTURE COUNCIL DISTRICT 5. FISCAL. INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds will be available after the sale of the Water and Sewer bonds in the W&S Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the ADD VC Dryer Facility Gasline project to support the approval of the above recommendations and execution of the contract and amendment to the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (Figs),: TO Fund Department ccoun Project Program ctiivity Budget Reference moun ID ID { Year l (Chartfield 2) FROM Fund Department ccoun Project ctivi Budget Reference # 1Amoun ID ID JProgram `1 Year (Chartfield 2) CERTIFICATIONS: Submitted for Cif{► Manager's Office bv: Dana Burghdoff (8018) Oriainatinq Department Head: Chris Harder (5020) Additional Information Contact: Suanne Abbe (8209) ATTACHMENTS 1.60ADDITIONALGA$BIOSOLIDS-RCONSHALFF.pdf (Public) 2. 60VCWRF ADDITIONAL GAS BIOSOLIDS RCONSTHALFF FID Table (WCF 05.02.23),xlsx (CFW Internal) 3. 60VCWRF ADDITIONAL GAS BIOSOLIDS - RCONST&HALFFAM (CFW Internal) 4. 60VCWRF ADDITIONAL GAS BIOSOLIDS - HALFF APCF Form.pdf (CFW Internal) 5. 60VCWRF ADDITIONAL GAS BIOSOLIDS - HALFF 1,Znpd{ (CFW Internal) 6. 60VCWRF ADDITIONAL GAS BIOSOLIDS- RCONST 1295.pdf (CFW Internal) 7. 60VCWRF ADDITIONAL GAS BIOSOLIDS - RCONST Compliance Memo.pdf (CFW Internal) 8, ORD.APP 60VCWRF ADDITIONAL GAS BIOSOLIDS-_RCONST&HALFF_56022-AO23(r4) .M.LioCx (Public) 9. PBS CPN 103011.r)df (CFW Internal) 10. Res.60VCWRF ADDITIONAL GAS BIOSOLIDS - RCONST&HALFF.docx (Public) 11. SAM.gov R Construction Civil. LLC.Ddf (CFW Internal) 12. SAM.gov HalffAssociates. Inc..ptAf (CFW Internal) 60VCWRF ADDITIONAL GAS BIOSOLIDS—RCONST&HALFF FID Table 3&4 56072 I 0700430 5110101 103011 001480 9999 S90,345.50 Staff Costs - Construction 3&4 SiAJ7 I 070D430 5110101 103011 001485 9999 $150,658.00 Staff Costs - Inspection 38c4 S5fi2° 0700430 5550102 103011 001480 9999 $2,000.00 Public Outreach (sally) 3&422 . 0700430 5740010 103011 001480 9999 $193,152.00 Project contingencies 2 0700430 5330500 103011 001430 9999 $248,775.00 To Pay Engineering Company 1 0700430 5740010 103011 001480 9999 $4,828,791.50 To pay contractor 3&4 Smut 0700430 5310350 103011 001484 9999 $25,110.00 Soil Lab -TPW Staff Costs 3&4 UM22 0700430 5330500 103011 001494 9999 $80,351.00 Soil Lab - Consultant reaix i 2060000 103011 RETAIN Combo Code S5,619,233.00 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY City Project No. 103011 Addendum No. 1: January 26, 2023 Revised Bid Opening Date: February 23, 2023 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 BID 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 Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility are hereby revised by Addendum No. 1 as follows: Technical Specifications • SECTION 00 11 13 "Invitation to Bidders" • REPLACE in its entirety with the attached The Pre -Bid Conference date has been changed from Monday, January 30, 2023 to Wednesday, February 15, 2023 • The bid opening date has been changed from Thursday, February 9, 2023 to Thursday, February 23, 2023 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: January 26, 2023 RECEIPT ACKNOWLEDGEMENT: Brody Maedgen, BVP/C00 Chris Harder, P.E. Water Department, Director By: Huao Calderon. PE (d`i1.` m 4 By: Tony Shoiola, P.E. Water Department, Assistant Director Company: Halff Associates. Inc. Address: 1201 N. Bowser Rd. City: Richardson State: TX HUGO CALDERON 132096 NAME P.E. NO. "ATF JaMinry 7f{ gng.% TBPELS ENGINEERING FIRM #312 ADDENDUM NO. 1 Issued: January 26, 2023 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.2 To the Plans, Specifications & General Contract Documents VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY City Project No. 103011 Addendum No. 2: Issued February 10, 2023 Revised Bid Opening Date: March 23, 2023 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 BID 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 Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility are hereby revised by Addendum No..2 as follows: 1. Technical St3ecifications • SECTION 00 11 13 "Invitation to Bidders" REPLACE in its entirety with the attached The Pre -Bid Conference date has been changed from Wednesday, February 15, 2023, to Tuesday, February 28, 2023 at 10a.m. The bid opening date has been changed from Thursday, February 23, 2023 to Thursday, March 23, 2023 • SECTION 00 21 13 "Instructions to Bidders" • REPLACE in its entirety with the attached • SECTION 00 41 00 "Bid Form" Q REPLACE in its entirety with the attached SECTION 00 45 11 "Bidders Prequalifications" • REPLACE in its entirety with the attached • SECTION 00 45 12 "Prequalification Statement" REPLACE in its entirety with the attached • SECTION 00 45 13 "Prequalification Application" • REPLACE in its entirety with the attached 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 ADDENDUM NO. 2 Issued: February 10, 2023 considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: Brody Maedgen, BVPICC+a P" By: Hugo Calderon. PE Company: Halff Associates. Inc. Address: 1201 N. Bow6er Rd. City: Richardson State: TX OF r GO C. CALDERON URIOSTEGI .......................... 132096 HUGO CALDERON 132096 NAME P.E. NO. DATE February 10.2023 TBPELS ENGINEERING FIRM#312 Chris Harder, P.E. Water Department, Director d /of By: Tony Sholola, P.E. Water Department, Assistant Director ADDENDUM NO. 2 Issued: February 10, 2023 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 3 To the Plans, Specifications & General Contract Documents VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY City Project No. 103011 Addendum No. 3: Issued March 2, 2023 Revised Bid Opening Date: April 13, 2023 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 (00 41 00 BID 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 Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility are hereby revised by Addendum No. 3 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, March 23, 2023 to Thursday, April 13, 2023 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.3 Issued: March 2, 2023 RECEIPT ACKNOWLEDGEMENT: Brady Maedgen, EVPIC00 Chris Harder, P.E. Water Department, Director By: Huao Calderon. PE A L By: Tony Sholola, P.E. Water Department, Assistant Director Company: Halff Associates. Inc. Address: 1201 N. Bowser Rd. City. Richardson State: TX S UGO C. CALDERON URIOSTE( ...... ...... 0........... o% 132096 b HUGO CALDERON 132096 NAME P.E. NO. DATE Maarch 2. 2023 TBPELS ENGINEERING FIRM #312 ADDENDUM NO.3 Issued: March 2, 2023 0011 13 INVITATION TO BIDDERS Page 1 of SECTION 001113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility, City Project No103011 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, April 13`h, 2023 as further 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. In 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; 20 LF 6" Stainless Steel Gas Line by Open Cut 180 LF 8" Stainless Steel Gas Line by Open Cut 5,600 LF 8" HDPE Gas Line by Open Cut 1,350 LF 8" HDPE Gas Line by other than Open Cut Installation of Filter Separator Installation of Gas Line Regulator 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. Failure to comply with the prequalification requirements set forth shall result in the rejection of the bid as non -responsive. The City will provide a list of prequalified contractors by addendum seven (7) days prior to the date of the opening of the bids. 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 httla://www.fortworthtexas.Lov/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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised 3MO23 CITY PROTECT NO. 103011 ADDENDUM NO. 3 0011 13 INVITATION TO BIDDERS Page 2 of 3 Bid Document Package httr)s://docs.b360.autodesk.com/shares/6dd7l72d-1 ab8-4aea-a951-a5ee392b82d4 Addenda Folder httos ://docs . b360. autod esk. co m/s hares/98beff3b-4640-4730-8963-f374f33879fO Plan Holders Registration Form and Plan Holders List httDs://docs. b360,autodesk. co m/s hares/a2ebf5ac-227d-472d-b5df-63250623c961 Copies of the Bidding and Contract Documents may be purchased from Halff Associates, Inc. which is as follows: 1201 N. Bowser Rd., Richardson, Texas 75081 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 drawings: $75 EXPRESSION OF INTERSEST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest 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://fortworthtexas.zov/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: February 28, 2023 TIME: 10:00a.m. (CST) PLACE: 4500 Wilma Ln Arlington, TX 76012 LOCATION: Village Creek Water Reclamation Facility 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. Emailed 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINT; STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised 3/2/2023 CITY PROJECT NO. 103011 ADDENDUM NO. 3 001113 INVITATION TO BIDDERS Page 3 of 3 INQUIRIES All inquiries relative to this procurement should be addressed to the following- Attn: Suzanne Abbe, City of Fort Worth Email: Suzanne. abbe Ctv fomuorthtexas.l?o� Phone: 8 l 7-392-8209 AND/OR Attn: Hugo Calderon, Halff Associates, Inc. Email: hcalderon@halff.com Phone: 972-761-1623 ADVERTISEMENT DATES Pt Advertisement — January 1211, 2023 2°d Advertisement — January 19`h, 2023 END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised 3l212023 CITY PROTECT NO. 103011 ADDENDUM NO. 3 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH WATER DEPARTMENT ADDENDUM NO.4 To the Plans, Specifications & General Contract Documents VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY City Project No. 103011 Addendum No. 4: Issued April 4, 2023 Bid Opening Date: April 13, 2023 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 (00 41 00 BID 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 Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility are hereby revised by Addendum No. 4 as follows: 1. Pre -Bid Meeting— Minutes: Proposals for this project are to be submitted no later than 1:30 PM on April 13, 2023 to the Purchasing Office located at 200 Texas St. Fort Worth, Texas, 76102. Proposals will be opened and read aloud at 2:00 PM in the City Council Chambers. • Bidders are required to 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 (April 13, 2023), exclusive of the bid opening date. The City's Business Equity Project Coordinator is Gian Vindel. He can be reached at oian.vindel0fortworthtexas.aov or (817) 392-2643 with any specific questions regarding Business Equity forms. Overview of the project was discussed included the location of the separator/ filter separator, pig traps set up locations and the concrete channel replacement inside the Village Creek Facility. • Archeological deposits were found south of the Trinity River near pipeline STA 54+00 to STA 59+00. An HDD bore was designed in order to avoid open cutting in this area. No open cut construction will be allowed in this area. • The long bore across the West Fork of the Trinity River was also discussed. The US Army Corps of Engineers (USACE) have reviewed and approved the proposed crossing. A minimum of 25ft of clearance is required from bottom of river to top of casing. The Geotech borings performed and shown in the plans do not extend to the proposed depth ADDENDUM NO. 4 Issued: April 4, 2023 of the gas main/casing. The report and log of borings provided in the plans and the Appendix is not intended to be anything other than a guide and are not a warranty of subsurface conditions. The City and engineer make no warranties, either expressed or implied, concerning the job site or subsurface conditions. Contractor should make its own subsurface investigations to satisfy itself with the site and subsurface conditions prior to bidding and/or starting construction. • All permits have been acquired for the project, except for the tree removal project from the City. A tree removal permit is required and needs to be obtained prior to commencement of work. Contact citvtreeoermitsOfortworthtexas.!at.r to obtain tree removal permit. • Storage and staging areas for materials are identified in Sheet H301 of the plans. These areas are only suggested. Any changes to staging locations need to be submitted to and approved by the City prior to beginning work. • All shutdowns of the existing biogas pipeline shall be coordinated with City of Fort Worth. Only Fort Worth Water staff may operate valves. • Construction of the VCWRF Additional Gas Line for Biosolids Drying Facility may overlap with construction of the VCWRF Bio-Solids Facility Bank Stabilization project, the VCWRF Digester Improvements project and the construction of the new Bio-Solids Drying Facility. The Contractor shall coordinate workspace and schedule with the Contractor of all projects to avoid project delays. • Special contract provisions were discussed: • Bidder Prequalification requirements as outlined in Section 00 45 12 of the Contract Documents. • Prime bidders and subcontractors performing the work types outlined in Section 00 45 12 must submit a prequalification application 21 days prior to bid opening (n"� 2023 updated to March 23,2023 per Addendum 3). • The City will issue a list of prequalified contractors by addendum 7 days prior to bid opening (March 16, '' updated to April 7, 2023 per Addendum 3). • Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. • Required bonds • Bid Bond - Acceptable bid bond in the amount of 5% of the total amount of the proposal. • Performance Bond (100% of the total contract price) • Payment Bond (100% of the total contract price) • Construction schedule and liquidated damages, penalties or fines that may be incurred. Final acceptance will be 360 calendar days from notice to proceed. Liquidated damages are set forth in Article 4 of the Agreement at $2500 per calendar day for substantial completion. • Minimum wages scales. Refer to rates in appendix GC-6.07 for City of Fort Worth Wage Determinations. • Insurance Requirements: refer to Article 5.04 of specifications 00 72 00 "General Conditions" ADDENDUM NO. 4 Issued: April 4, 2023 Questions for the project should be directed and submitted directly to Suzanne Abbe and Hugo Calderon. Question deadline is 4/712023 2:00 PM CDT. 2, Questions/ Clarifications/ Responses: • Q: Is the bill of materials complete? R: Yes, the Bill of Materials shown in Sheet H21 ? is complete and includes all quantities for stainless steel pipe and processing equipment. The total quantities for the poly pipe and steel casing are included in sheet H005. • Q: Is the contractor responsible for the separators? R: Yes, the contractor is responsible for procuring the separator, filter, skid and all other appurtenances required for the project. • Q: What are the requirements for stainless steel work? Are there welder certification requirements? R: Please refer to technical specification 33 39 15.2 — Stainless Steel Piping for Gas Mains for additional requirements on welder certifications. • Q: Do all pipe welds need to be X-raved? R: All stainless -steel pipe welds are expected to be X-rayed. Welds on steel casing do not be X-rayed. • Q: When is the protect expected to start? R: The notice to proceed could be issued within two to three months of the bid date. The goal is to start construction as soon as possible. Q: Are there workina hour requirements? R: Yes, see section 6.02 of the general conditions. Regular working hours begin at 7.00 a.m. and end at 6:00 p.m., Monday thru Friday (excluding legal holidays). Weekend working hours begin at 9:00 a.m. and end at 5:00 p.m., Saturday and Sunday, as approved in advance by the City. • Q: Will functional testing be reauired? R: Yes, functional testing will be required for the instrumentation equipment as described in Division 40 -- Process Integration section of the contract documents. • Q: Will there be an inspector? R: Yes, there will be an inspector on the project, either a City inspector or third party inspector. • Q: is a project trailer needed for the inspector? R: No trailer is needed for the inspector. • Q: What is the process to check in to sites? R: Access to the Village Creek Water Reclamation Facility will be through the security guarded main entrance unless approval is given to use the rear gate. Access to the biosolids facility will be coordinated during construction. • C: Pipe will need to be piagable from pipeline STA 4+14 to STA 68+50. A minimum 30ft radius is shown at major chances of direction. • Q. What does Alternate A in Bid Form consist of? R: Alternate A will deduct the cost to install the 8" Stainless Gas Lines at the pig trap set ups (STA 4+05 to STA 4+28) and (STA 68+30 to STA 68+67) and add the cost to replace those sections with 8" HDPE pipe to be installed underground. • Q: Will the Cltv stake the alignment of the pipe? R: No, construction staking is expected to be performed by the contractor per Specification Section 01 7123. The construction staking is also included as a bid item for the project. • Q: Does ML Dick Street need to remain accessible? R. ML Dick Street can be reduced to one lane if needed. Access to driveways does not need to be maintained ADDENDUM NO. 4 Issued: April 4, 2023 Q: Is the contractor responsible for disposina of trees offsite? R: Yes, the contractor will need to dispose of trees offsite in accordance with local, state, and federal laws and regulations and as described in Section 3100 00 of the contract documents. Q: Is a second valve at tie-in to drvina facilitv needed? If so. a vent will be needed between the two valves. R: Yes, a vent will need to be installed between the two valves. The drawings will be updated to reflect that. C: The pipeline is intended to be installed. 4ft under arade alona the levee template (and as shown in the clans) at both levee locations. No perforation of the levee will be allowed. 3. Technical Specifications • SECTION 00 42 43 — Proposal Form • REPLACE in its entirety with the attached • The bid quantity for item No. 24 was revised. • SECTION 33 31 15.2 — Stainless Steel Piping for Gas Mains • REPLACE in its entirety with the attached 4. Plans • Sheet H101 — Added note to protect existing 30-inch Oak tree near pipeline station 6+50. • Sheet H102-Hl04 -- Added existing ground elevations for existing concrete channel. • Sheet H2O3 — Updated drain routing/location and deleted "drain riser into culvert" detail. • Sheet H2O5 —Added connection fitting to pressure transmitter. • Sheet H2O9 — Updated drawings to show pressure transmitters on elevation sheets (originally shown in P&IDs only). • Sheet H210 -- Added vent /tap and ball valve between existing and proposed valves at dryer facility connection. • Sheet H211 — Updated BOM quantities and descriptions. • Sheet H302 — Added note to protect existing 30-inch Oak tree near pipeline station 6+50 and revised tree removal quantity on "Approximate Sheet Totals" table. ADDENDUM NO. 4 Issued: April 4, 2023 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. RECEIPT ACKNOWLEDGEMENT: Brody Maedgw, EVIPIC00 vom By: Huao Calderon. PE Company: Halff Associates. Inc. Address: 1201 N. Bowser Rd. City: Richardson State: TX HUGO CALDERON 132096 NAME P.E. NO. DATE Aoril 4.2023 TBPELS ENGINEERING FIRM #312 Chris Harder, P.E. Water Department, Director D99, 5164 By: Tony Sholola, P.E. Water Department, Assistant Director ADDENDUM NO. 4 Issued: April 4, 2023 3331 15.2 - 1 STAINLESS STEEL PIPE FOR GAS MAINS SECTION 33 3115.2 STAINLESS STEEL PIPE FOR GAS MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Stainless steel piping and fittings for gas 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 01 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 25 — Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the appurtenance 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 linear foot for "Stainless Steel Gas Lines" installed for: 1) Various sizes 2) Various backfills 3. The price bid shall include: a. Furnishing and installing Stainless Steel gas line with joints as specified by the Drawings and this Section b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Clean-up k. Cleaning 1. Testing 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR 6IOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 3331 15.2 - 2 STAINLESS STEEL PIPE FOR GAS MAINS 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B31.8, Gas Transmission and Distribution Piping Systems b. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. c. B 16.11 - Forged Fittings, Socket -Welded and Threaded. d. B31.3 - Process Piping. e. B36.19 - Stainless Steel Pipe. f. ASME Boiler and Pressure Vessel Code, Section VIII -- Pressure Vessels, =ASMEction 1X Welding and Brazing Quay ications 3. j 0 a. ID I - SirueturaI Weldin�'—_k_ee�lD1.6 -Structural el ingless Steel 4. ASTM International (ASTM): a. Al82 - Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High -Temperature Service b. A193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. c. A194 - Standard Specification for Carbon and Alloy Steel Nuts and Bolts for High Pressure or High Temperature Service, or Both. d. A240 - Standard Specification for Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. e. A276 - Standard Specification for Stainless Steel Bars and Shapes. f. A312 - Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes g. A351 - Standard Specification for Castings, Austenitic, for Pressure -Containing Parts. h. A380 - Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. i. A403 - Standard Specification for Wrought Austenitic Stainless Steel Piping Fittings. j. A743 - Standard Specification for Castings, Iron -Chromium, Iron -Chromium - Nickel, Corrosion Resistant, for General Application, k. A790 - Standard Specification for Seamless and Welded Ferritic/Austenitic Stainless Steel Pipe. 1. A928 - Standard Specification for Ferritic/Austenitic (Duplex) Stainless Steel Pipe Electric Fusion Welded with Addition of Filler Metal. m. A967 - Standard Specification for Chemical Passivation Treatments for Stainless Steel Parts. n. B912 - Standard Specification for Passivation of Stainless Steels Using Electropolishing. o. F593 - Standard Specification for Stainless Steel Bolts, Flex Cap Screws, and Studs. 5. International Organization for Standardization (ISO): a. ISO 9001, Quality Management Systems —Requirements CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO, 103011 ADDENDUM NO. 4 3331 15.2 - 3 STAINLESS STEEL PIPE FOR GAS MAINS 6. American Petroleum Institute (API); .... n C: �b�APIS eci tcation 1104 — Welding of Pi edines and Related Facilities 1 7. Occupational Safety and Health Administration (OSHA) a. Title 49 Code of Federal Regulations Part 192, Transportation of Natural and Other Gas by Pipeline: Minimum Federal Safety Standards 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATION SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured) 3. Nominal Diameter 4, Pressure Rating 5. Beam load 6. Laying lengths 7. Material list naming each product to be used identified by manufacturer and type number 8. Material designations for stainless steel pipe and fittings including ASTM designation. B. Shop Drawings 1. Detailed layout drawings: a. Dimensions and alignment of pipes. b. Location of valves, fittings, and appurtenances. c. Location of field joints. d. Location of pipe hangars and supports. e. Connections to equipment and structures. f. Location and details of shop welds. 2. Thickness and dimensions of fittings and gaskets. 3. Tolerances 4. Wall thickness 5. Photographs, drawings, and descriptions of pipe, fittings, welding procedures, and pickling and passivating procedures. 6. Material specifications for pipe, gaskets, fittings, and couplings. 7. Data on joint types and components used in the system including stub ends, backing flanges, flanged joints, grooved joint couplings and screwed joints. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 4 STAINLESS STEEL PIPE FOR GAS MAINS 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 a single manufacturer for each size, unless otherwise specified by 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 this specification and ASTM 2. Contractor 1 a. All stainless steel gas pipe installation work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing stainless steel/steel gas pipe installation work and has completed at least 5 projects of similar diameter and ground conditions. 1) Pipe welding must he performed by a qualified welder in accordance with AWS Section D1.6 and/ or ASME Section IX. b. Performing 10,000 feet or more of stainless steel/ steel gas main replacement using open cut or by other than open cut methods in the United States of America over the past five (5) years. c. The work experience must have been performed under Contractor's or Sub - Contractor's company name. d. Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. e. The project superintendent shall have at least 5 years of experience supervising Stainless Steel/steel gas main construction. f. The Contractor may be required to submit details of referenced project including owner's name, contact in, formation and ro'ect su erintendent. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. a. Protect all flanges and pipe ends by encapsulating in dense foam. b. Securely strap all elements to pallets with nylon straps. Use of metallic straps is prohibited. B. Storage and Handling Requirements 1. Pressure pipe 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 Section 0166 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO, 103011 ADDENDUM NO.4 3331 15.2 - 5 STAINLESS STEEL PEPE FOR GAS MAINS 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. STAINLESS STEEL PIPE 1. General: a. Pipe sizes specified in the Specifications and indicated on the Drawings are nominal. 2. Wall thickness: a. Piping 3 inches in nominal diameter and greater: 1) For general applications with pressures less than 250 pounds per square inch gauge, pipe diameter 24-inches or less, minimum wall thickness corresponding to Schedule 10S. b. Piping less than 3 inches in nominal diameter: 1) Minimum wall thickness corresponding to Schedule 80S. c. Piping with threaded or grooved joints: 1) For general service applications with pressures less than 250 pounds per square inch gauge, minimum wall thickness corresponding to Schedule 80S. d. The manufacturer must comply with this Specification and related Sections. B. Materials I. Stainless steel pipe: a. Stainless steel grade: 304L shall conform to ASTM A312 unless otherwise specified in the Drawings. 2. Fittings a. Materials: In accordance with ASTM A403 stainless steel, grade to match the pipe. b. Manufacturing standard: In accordance with ASTM A743. c. Wall thickness of fitting: In accordance with ASME B36.19 for the schedule of pipe specified. d. Dimensional standards: 1) Fittings with weld ends: In accordance with ASME B 16.9. 2) Fittings with flanged ends: In accordance with ASME B 16.5, Class 150. 3. Piping joints: a. Joint types, piping greater than 2 inches in diameter: a) Welded joints b) Flanged joints 2) Joints at valves and pipe appurtenances: a) Provide flanged valves and flanged pipe appurtenances in stainless steel piping systems with flanged ends. 3) Joints for above ground piping: a) Welded or flanged 4) Joints for buried piping: a) Welded CITY OF FORT WORTH Revised April4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 6 STAINLESS STEEL PIPE FOR GAS MAINS b. Joints in piping 2 inches in diameter and smaller: Flanged, welded or as indicated in the Drawings. c. Welded joints: 1) All stainless steel pipe welds will be X-rayed prior to being installed. 2) Pipe 12 inches and larger in diameter: Automatically weld joints using gas tungsten -arc procedures. 3) Piping 4 inches through 12 inches in diameter: Double butt -welded joints. 4) Piping less than 4 inches in diameter: Single butt -welded joints. 5) Mark each 'weld with a symbol that identifies the welder. d. Flanged Joints: 1) Flanged joints: Conforming to the requirements in accordance with ASME B 16.5, Class 150, as indicated in the drawings. 2) Process piping sized 3 inches and larger shall use weld neck flanges. 3) Process piping sized 2 inches shall use either weld neck flanges or threaded fittings. 4) Slip-on flanges shall not be used without approval. 5) Flanges of ANSI pressure class 400 shall not be used except when necessary to connect to equipment. 6) Standard flange facing shall be Raised Face (RF) for ANSI class 600 and lower, and Ring Type Joint (RTJ) for ANSI Class 900 and higher. Special flange facings shall he used for API 6A flanges. With approval, raised face flanges may be used in higher pressure services when required to mate to existing equipment, or in cases such as compact valve manifolds or parallel meter runs where there is insufficient flexibility to allow flanges to be separated enough to remove RTJ gaskets. When mating of an RTJ flange to a RF flange cannot be avoided, the gasket shall be a Pikotek® gasket specifically approved for the mis-match combination. 7) Steel flanges which mate with equipment having cast iron, ductile iron, or plastic flanges shall be flat faced flanges. Full face gaskets shall be used with all flat faced flanges. 8) Reducing flanges shall not be used if space is available for pipe reducers or reducing elbows. 9) Special bolted connectors such as "Grayloc", may be used with approval when appreciable savings of space, weight or ease of disassembly are of an advantage. Pressure rating shall be per manufacturers specifications. e. Reducers I) Eccentric reducers (straight side up) shall be used in pump suction connections. Eccentric reducers (straight side down) shall be used in compressor suction connections. 2) Reducing fitting thickness shall match heavier pipe wall thickness. If the fitting thickness differs from the lighter pipe wall thickness by more than 1116 inch, then the fitting shall be taper bored at an angle between 18 degrees minimum (1:3 slope) and 30 degrees maximum to correct the difference to no more than 1/16 inch. f. Elbows 1) Buttweld 90' elbows shall be long radius elbows unless restricted by space. Short radius elbows may be used if needed and approved. Short radius elbows shall be derated to 80 percent of the calculated allowable working pressure of seamless pipe of the same size and nominal wall thickness and the same or equivalent material. Miter elbows shall not be used. CITY OF FORT WORTH Revised April 4, 2023 YCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO. 4 3331 t5.2-7 STAINLESS STEEL PIPE FOR GAS MAINS 2) Buttweld tees with weld caps shall be used in place of elbows for severely erosive services. Tees with caps or long radius elbows may be used in mildly erosive services. g. Branch Connections 1) Fabricated "Stub -in" or "Stub -on" connections are not permitted. 2) "Elbolets" shall be restricted to connections for thermowells. "Elbolets" may be used for drains and vents when no other fittings are practical. They shall not be used for branch process piping. 3) Branch connections for valves, gauges, thermowells, instrument bridles, level indicators, etc. on thermally insulated main pipe runs shall extend through the pipe insulation a sufficient distance so that valves can be operated and equipment can be dismantled for maintenance without removing the insulation on the main pipe run_ 4) All branch connections for instrument air or instrument gas lines shall be taken off the top of the header. Instrument air and gas headers shall be equipped with valved low point drains which are easily accessible h. Couplings: 1) Type 304L stainless steel in accordance with AST'M A351, A743, and A744. a) Bolts: Stainless steel in accordance with ASTM F593, Group 2, Condition CW. b) Nuts: Stainless steel. c) Manufacturers: The following or approved equal: (1) Piedmont Pacific Corporation. Piping Layout 1) Piping shall be laid out so that equipment such as control valves, relief valves, start-up strainers, pump casings, etc., can be removed with a minimum amount of dismantling and without providing additional supports. Access to manholes and access openings shall not be obstructed. 2) A sufficient number of flanges or unions shall be provided in all piping to allow removal of valves and equipment for maintenance. 3) When isolating block valves are provided for control valves or other pieces of equipment, piping spools shall be provided to permit removing piping between isolating block valves. Drain and vent valves shall be provided to relieve fluids trapped between isolating valves. 4) Spectacle blinds or removable piping spools shall be provided at all piping connections to all vessels and tanks which have provisions for personnel entry. 5) Piping systems shall be laid out so that all valves, strainers, and instruments can be operated and serviced conveniently. When possible, valves shall be accessible at grade level. Ladders or platforms shall be provided for valves or equipment which cannot be reached from grade level. Chain mechanisms for valves shall not be used without city approval. Sight glasses must be visible from associated level controller, level switches and control valves. 6) Piping shall be located to eliminate overhead obstructions and tripping hazards. Minimum clear headroom for overhead piping shall be T-0". Piping supports, valve stems, valve handles, etc., shall be located so they do not obstruct aisles or interfere with operation and maintenance areas. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 3331 15.2 - 8 STAINLESS STEEL PIPE FOR GAS MAINS 7) Piping shall be laid out parallel or perpendicular to facility North to maximum extent feasible. All uninsulated lines shall be located so that the bottom of pipe (B.O.P.) or top of pipe (T.O.P.) are at the same elevation. All principal lines running from north to south shall have a minimum difference in elevation from lines running east to west of at least 3 times the largest nominal pipe size, and in no case less than 2 feet difference in elevation. See . Insulated lines shall have the pipe support shoes at the B.O.P. or T.O.P. of the uninsulated lines at that level. 8) All piping on pipe racks shall be routed to avoid blocking access for future additions, modifications, or repair. Piping on pipe racks shall change elevation at each change in direction, using a 90' elbow in each vertical plane concurrent with each pipe direction. Individual piping coming into (or out of) a main pipe rack shall enter (or leave) perpendicular to the pipe rack direction using two 90' elbows to place the line at an elevation above or below the main pipe rack elevation. 9) Dead legs for supporting pipe shall be avoided on all piping. 10) The tie-in points on packaged equipment shall be brought to the edge of the skid and terminate with unions or flanges unless the city provides instructions for other arrangements. Where extending to the skid edge is not reasonable or practical, the Vendor shall consult with the city project manager for approval of exceptions. 11) Emergency shutdown valves 6 inches and larger shall be accessible from grade level and shall be located in accessible areas away from equipment, such that operator can get to them in emergencies such as a fire or gas release. Valves 6 inches and larger shall be mounted in horizontal plane. 12) Valves in dirty service shall not be located in vertical runs of piping without approval. 13) All crude oil, liquid wastes, vessel drains, closed hydrocarbon drains, produced water, and sump lines shall be considered dirty service. 14) Sample, vent, and drain valves shall be located at convenient locations for operation. 15) Drain and vent connections as required for testing, maintenance and operation shall be provided on piping. As a minimum, lines shall have vent connections at high points and shall have drain connections at Iow points. Ball valves are preferred for vent and drain valves in ANSI Class 600 and lower. Gate valves are required in ANSI Class 900 and higher or for temperatures over 250T. Vent valves shall be 1/2 inch and drain valves shall be 1 inch. 16) Drain valves on tanks and pressure vessels shall be adjacent to the vessel when possible. All open ended valves and all drains and vents not connected to drain and vent systems shall be equipped with removable hex head forged steel plugs or blind flanges. When blind flanges are used to close open ended valves, they shall be drilled, tapped, and equipped with a 1/2 inch needle valve. 17) Pressure drain systems shall be closed systems. Closed drain systems shall be completely independent from the open drain system. 18) Drain lines shall be sloped at 'Ainch per foot when possible. Branch lines which are used intermittently (such as vessel drains) shall enter drain headers from above the center Iine of the drain header to prevent liquids from standing in the branch lines. Drain lines shall be 2 inches minimum unless otherwise approved. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 3331 15.2 - 9 STAINLESS STEEL PIPE FOR GAS MAINS 19) Cleanouts for drain systems shall be of sufficient number for proper maintenance and shall be located for convenient access and repair. 20) Drains on packaged equipment skids shall extend a sufficient distance through the wall of the skid beam to make connections to off -skid piping. j. Fabrication of pipe sections: 1) Welding: Weld in accordance with ASME B31.3. 2) Weld seams: a) Full penetration welds, free of oxidation, crevices, pits and cracks, and without undercuts. b) Provide weld crowns of 1/16 inch with tolerance of plus 1/16 inch and minus 1/32 inch. c) Where internal weld seams are not accessible, use gas tungsten -arc procedures with internal gas purge. d) Where internal weld seams are accessible, weld seams inside and outside using manual shielded metal -arc procedures. k. Pipe Support and Piping Flexibility (above -grade pipe) 1) Piping shall be supported on racks or by swivel hangers spaced as necessary to prevent excessive sagging, mechanical stresses or vibrations, with consideration given to concentrated loads such as valves, flanges and relief valve reaction forces. Unless specified otherwise, the maximum piping span shall be limited to allow a maximum pipe sag of/a". Where potential for corrosion exists due to buildup of liquids in pockets, a combination of sag and gradient shall be selected to avoid such build up. In any case, the sum of longitudinal stresses due to pressure, weight and other sustained loadings shall not exceed the basic allowable stress at maximum metal temperature. For straight runs of uninsulated pipe filled with water and without concentrated loads, the following table shows support spacings which will result in approximately 1/8" and sag. Note: the sag in this table is based upon a continuous run of pipe including several equally spaced supports. For an individual length of pipe supported using the same spacing but not connected in such a continuous configuration, sag may exceed that shown in the table and closer spacing should be considered. CITY OF FORT WORTH Revised April 4, 2023 Nominal Schedule Support Support Pipe Size or Wall Spacing (Feet) Spacing (Feet) (inches) Thickness @ 1/8" Sag @ 1/4" Sag 1 Sch 80 13 16 1 1/2 Sch 80 16 19 2 Sch 80 18 21 3 Sch 80 22 26 4 Sch 80 25 29 6 Sch 80 30 35 8 Sch 80 34 40 10 1/2" 37 44 12 1/2" 40 47 14 1/2" 41 49 16 %2" 44 52 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 ADDENDUM NO.4 33 31 15.2 - LO STAINLESS STEEL PIPE FOR GAS MAINS 2) Supports shall be provided on one side of each bend and at all heavy weights and at piping discontinuities. 3) Preferably, piping on racks shall be laid on top of supports and held in position with U-bolt clamps to anchor the pipe or to permit longitudinal motion. Steel slip shoes and guides shall be used if sideways motion is required. Use strap type clamps in potentially vibrating service. 4) Piping and pipe support structures shall be designed for the most severe condition of coincident Ioads. The following are the types of loads which must be considered: a) Dead Load: The dead load shall consist of the weight of the pipe, pipe fittings, attachments and components, and insulation. b) Process Load: Gravity load from the weight of the operating contents of the pipe. Longitudinal stress in the pipe due to the operating pressure. c) Thermal Load: The stress or growth due to the change in temperature from ambient condition (or installation temperature) to the operating temperature. d) Momentum Load: The momentum load shall include the reaction forces due to the change in momentum in surge and slug flow, and the reaction due to the opening of relief valves or snap -acting control valves. e) Friction Load: The friction load due to movement of piping on pipe supports shall be calculated based on a friction coefficient of 0.4 for steel on steel. The friction coefficient for Teflon or other slide supports shall be based on the manufacturer's data, with proper engineering judgment. f) Wind Load: Piping and pipe supports shall be designed to support windloads as specified for the particular location. All skids shall be assumed to be exposed to the windload. g) Test Load: Gravity load from the weight of the testing medium in the pipe. Longitudinal stress in the pipe due to the testing pressure. h) The piping shall be designed for earthquake -induced forces when specified for the particular location. i)Pulsation Load: The piping system shall be designed to limit the maximum residual peak -to -peak pulsation pressure to 2% of the average absolute pressure. 5) The piping shall be designed so that forces and movements transmitted to equipment by weight, misalignment, or thermal expansion shall not exceed the manufacturer's limits for the equipment from ambient to operating temperatures. 6) Pipe support structures may be combined with support structures for other services such as instrumentation lines and electrical conduit to promote an orderly layout. 1. Relief Device Piping 1) This section is in reference to conventional spring and pilot Operated relief valves and to rupture disks. It is not intended for surge relief devices. 2) Inlet piping to relief devices shall be kept to a minimum and shall be no smaller than relief device inlet size. Inlet losses shall not exceed 3% of set pressure. Any block valves in inlet piping shall be full port (or at least one pipe size larger than the inlet of the relief device), and shall have provisions for pad -locking in both the open and closed position. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO. 4 33 31 15.2 - It STAINLESS STEEL PIPE FOR GAS MAINS 3) Relief valves, vented to the atmosphere, shall have "tail pipes" equal to or larger in diameter than the relief valve outlet, that extend vertically a minimum of one foot above building eaves, or eight feet above adjacent platforms or operating areas. The tail pipes shall be provided with a drain located so that the exhaust through the drain hole does not impinge on vessels, piping, other equipment, or personnel. Relief valves mounted on piping shall be oriented such that the valve discharge is parallel to the main piping direction. Tail pipes shall be supported under the discharge elbow and in -line with the discharge jet. The support attachment to the run pipe shall be designed to allow for thermal expansion (or contraction) during relief valve discharge. 4) For relief devices not vented to the atmosphere, outlet piping and any valves in the outlet piping shall be sized for the full capacity of the relief device. The size shall be increased downstream of relief valves if necessary to avoid sonic velocities in the downstream piping which will limit the flow through the relief valve. Any block valves in outlet piping shall be full port (or at least one pipe size larger than the outlet of the relief device) and shall have provisions for pad -locking in both the open and closed position. 5) The pressure rating of the piping, valves, and flanges downstream of any pressure relief device, with or without downstream block valves, shall be determined based on pressure drop prediction while the pressure relief device is fully open. Under certain circumstances where the consequences of even a minor flange leak would be severe, such as a location with limited ventilation, or a location with limited means for personnel escape, a higher pressure rating for the outlet flange and piping may be required. 6) Flare system piping shall be designed, anchored and guided to resist the forward, lateral and upward dynamic forces developed at bends due to high - velocity vapors and condensed liquids as well as to accommodate sudden thermal expansion or contraction. The design values for forces to be restrained shall be calculated; however, the forces tabulated below can be taken as a guide: Pipe Size (in.) Resultant Force (tons) 4 0.75 1.5 2.5 10 4.0 13 6.0 14 7.0 16 10.0 18 12.0 20 15.0 24 and above 15.0 CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDMONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 12 STAINLESS STEEL PIPE FOR GAS MAINS 7) Supporting members subject to stresses produced by the forces described above, in combination with other loads, may be proportioned such that the sum of the longitudinal stresses produced by pressure, line and dead loads and those produced by occasional loads does not exceed 80% of the specified minimum yield strength. 8) Discharge lines from relief devices shall slope so any liquids which may accumulate will drain away from the relief devices, when possible. Relief valve vents, blow down lines, etc., shall enter vent headers from above the center line of the header. 9) Relief valves and relief valve piping shall be designed and installed in accordance with API RP 520. In addition: a) The inlet piping shall be reinforced with gusset plates on the main header when the calculation of reaction forces and stresses indicates it to be necessary. b) Orient line -mounted valves to discharge in a direction parallel to the line upon which they are mounted to minimize the twisting moment acting on the main line. c) Discharge piping shall be supported separately, so that it does not rely on the relief valve outlet connection to support the discharge piping. m. Cleaning (pickling) and passivation: 1) FoIlowing shop fabrication of pipe sections, straight spools, fittings, and other piping components, clean (pickle) and passivate fabricated pieces. 2) Clean (pickle) and passivate in accordance with ASTM A390 or A967. a) If degreasing is required before cleaning to remove scale or iron oxide, cleaning (pickling) treatments with citric acid are permissible. (1) These treatments must be followed by inorganic cleaners such as nitric acid/hydrofluoric acid. b) Passivation treatments with citric acid are not allowed. 3) Finish requirements: Remove free iron, heat tint oxides, weld scale, and other impurities, and obtain a passive finished surface. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. General 1. Visually inspect pipe for welding defects such as crevices, pits, cracks, protrusions, and oxidation deposits. Size pipe and fittings as indicated on the Drawings. 2. Thoroughly clean any equipment before use in cleaning or fabrication of stainless steel. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install piping in such a manner as not to impart strain to connected equipment and as indicated on the Drawings. 2. If applicable excavate and backfill trenches in accordance with Section 33 05 10, CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR SIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO. 103011 ADDENDUM NO. 4 33 31 15.2 - 13 STAINLESS STEEL PIPE FOR GAS MAINS 3. Install pipe and fittings as specified herein, and in accordance with the pipe manufacturer's recommendations. 4. Keep the interior of all pipes, fittings, and other accessories free from dirt and foreign matter at all times. Stack stockpiled materials so as to minimize entrance of foreign matter. Seal open piping with an approved manufacturer end cap at the end of each work day. No open pipe ends will be allowed at the end of the day. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. During loading, transportation, and unloading, every precaution shall be taken to prevent injury to the pipe. No pipe shall be dropped from cars or trucks, or allowed to roll down slides without proper restraining ropes. During transportation each pipe shall rest on suitable pads, strips, skids, or blocks securely wedged or tied in place. Do not use bare cables, chains, hooks, metal bars, or narrow skids. Any pipe damaged shall be replaced. 3. Store pipe on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with manufacturer's recommendations. Storage in contact with ground or outside without projection from bad weather is prohibited. 4. During handling and placement, carefully observe and inspect all materials, and mark, reject, and remove from the job site any damaged, defective, or unsound materials. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 REINSTALLATION [NOT USED] 3.7 CLEANING A. Clean interior of piping systems thoroughly before installing. B. Maintain pipe in clean condition during installation. C. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. D. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other foreign materials which may have entered the system. E. At completion of work and prior to final acceptance, thoroughly clean work installed under these Specifications. 1. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal cuttings, and sludge which may have accumulated by operation of system, from testing, or from other causes. 3.8 FIELD [OR] SITE QUALITY CONTROL A. Testing and Inspections 1. Pressure Test: a. All exposed piping systems, all pressure piping systems and all buried, insulated piping systems shall the specified test pressure throughout the duration of the test. b. Test Requirements 1) Test Medium: Air or inert gas CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 14 STAINLESS STEEL PIPE FOR GAS MAINS 2) Pressure: a) Min.: 150 psig b) Max.: 175 psig 3) Duration: 8 hours Testing Methodology 1) Perform test in accordance with ASME B31.8S. 2) All joints, including welds, are to be left exposed for examination during the test. 3) Test by filling system with water and pressurizing for the specified duration, and checking joints and fittings for leaks. Eliminate leaks before proceeding with work or concealing piping. 4) Isolate equipment in piping system with rated pressure lower than pipe test pressure. END OF SECTION CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 n STA. 0+p7 PROP. 8" HDPE - " '� - - I g7A a+p5 PROP. 8" HOPE -- STA, 0+42 PROP 8" HOPE - 04 CONNECT TO EX. 6^ STAINLESS $EGIN 8' STAINLESS STEEL PIPE N STEEL GAS LINE _ (SEE DETAIL SHEET H2O5) 9"XW STAINLESS STEEL REDUCER �. INSTALL; I I'l 'L ,+!STALL: X IN5TALL: �- 0^ unoc 20" ELL WITHRUST BILK I _ 's 90, ELL WRHRUST BLK W SS TEE (SEUTILITY MARKER -' (,(, I"t 7II SEE DETAIL SHEET H405 {SEE SHEET H405) F' I ( J 6" ACTUATED VALVE I - N: 6986514.0 (SEE DETAIL SHEET H2O3) I N' 5968514.3 h E. 2386643.4 N: 69W486.1 E. 23882811.6 ' L.AT:32.7752288 I I IAT: 32.7752425 TIF-IN E:2388274.d LONG:97.1403B71 v LAT., 32.7751653 LONG:-97,i415842 _ . �J{STA.9+40 PROP. 0" HDPE IHSIL - 11h ONE"' Lq+F - I IGk - -HG "�.._ �Jlh��ar LONG:-97.7415860 - i MORG 6^ KINDER u - _ -- - W---9"TRAi45RION FITTING - , " (STAINLESS STEEL TO HOPE, rMORGAN GAS LINE m 3 SEE DETAIL SHEET H2O3) I -I EXIST. 1" GAS LINE ' _ EXIST, 30"STORM( I 40 BO �I ^�, I KxIST.6" GAS LINE - - I 7 Y _• y: 696651'E.8 - .- - , , SOtl° °0' OS.S3'W EXIST. COMM DUCT 4 I r f __ SCALE IN FEET ) I EA2386287.6 �.5' I B EXIST. B" SERVICE WATER 5 4A4��+2',.� {AS �� I NA, BANK I•'�- 4� r rm, 149 +�f'P�-({+.S LLa: 32.7752357 _ ' - 1 UNG:-97.7415643 I '� , S. PROTECT EXIST. :. ILxC%JS?_ LGE BANK .. {yp,{ -OAS ;G+yS. .,,5� OA�- .{}+.5 --=- ; r' �- 1U" pAK TREE. r Irk r.IST. U(iE DUCT ' P ° &.a _ OAS - s-e'_ ;� - + ' _ = '7 -I - - I' w '- - -' '�+ ' 9VI.)_. DICK ST. - - w s a p.i`�'E �w . v„ nLL EXIST Y GAS LINE - IN W T. O n i' EXIST WASTEWATER O , L. `} I � F~ � Ic - Ik F100"E i � ,, - '.V .. - - 4cf � k m - e A �1 s6p3'-+ n EXIST. UNKNOWN PIPE 'r _ .cm r - - I,� + I f y _ � o a I _ - Z+pp_��•+ 83 3+UU, - , - ! I` m EXIST. SIQEWALK _ - ,t�41 M I L' O - _� TO BE REPAIRED __ +-YISF. ASPHALT .� EXIST. ASPHALT - . - - UG �'}� +nq u, 7 4-UO y �m LEGEND. o 11SEE SHEET H402J C�EE SHEET H40Z) -.'791 __ - I t CI I m o - O+Q7 - --,-, I --- EXIST. ASPHALT O [Qi -" 'N90. 00' 00A0'EI x" --rl'ROP. GRIP POT I. 0 JJ I INSTALL: (SEE SHEET HI O IL, ' PROP0 EQ GAS POLY F- 07 cQ LL °' - '1 _� �' •�� j UTILTY MARKER r' I ti I ljfiVE DATA PROPOSED STEEL CASING - - p rr a LL (SEE SHEET H405 c+7 J -T _40.11dcl + ( } F �4=47' PROPOSED STAINLESS STEEL Z .&- EXIST. 3" GAS LINE I z6.20' EXIST. 2a" WW + STA. PROP. 8' HOPE LLj I Ex1571NG GAS L1N£ GAS ��� o U m "'r IL .-" I - I ,0= 904 EXISTING RIGHT OF WAY - - own N W �F �� STA. 0+14 I1ii6P. 8" HDPE M END B" STAINLESS STEEL F IEXIST. IRRIGATION I - j A=9tl" PIPE ], II, LNFS ( r+80 PROP.B" DPE EXISTING PROPERTY LINE ��� I'ERlST 6" SERVICE WATER- I - -- - LLL - .1 8" STAINLESS STEEL 90` ELL I VILLAGE CREEKWATFR � � PG. R - 30' FISTING ASPHALT EXIST. 3°' STORAF I� L!a WIfHRUST BLK 1 _ RECLAMATION FACILITY EXIST 102" RCP U INSTALL EXt571NG EASEMENT `• u u a f `� (SFF DETAIL SHEET H405) s FA.4+14 PROP. B" HOPE I PRIMARY EFFLUENT LINE PROPDSLD EASEMENT L11 UTILITY MARKER x r IL - � _ T__E DETAIL SHEET 1-12O5) I - I I ISEE SHEET H405 ; 0VINc GRADE ¢ O N; 6968466.1 - iA ',+57 PROP. 9" HOPE .....I I ) M E. 2306281,5 F EXIST. B" SERVICE - ^,EFEk i[1 bHEET R STEEE BOREENTRY I� _ I�. s9685W.8 EXISTING WASTEWATER WW C7 I! Q I WATER - J 11203 THIS AREA E. 2387009.4 LA7: 32.7757650 L ... _ _ N: 6958504.5 ILL EXISTING WATER W �? SMIfHRU5T BLK , Y LONG:-97.1415654 - i.AT: 32.7751878 2 EXIST. WATER LINES I F SEE DETAIL SHEET H405 ::2386789.7 EXISTING UNDERGROUND ELECTRIC UGIE u O I -rIST, B" SERVICE I ) 'T''2.7751977 -� .9 t !ANTI--a7 i3nln5n z {�E LINK) - ,N,.."Np5.0 _ - - y EXISTING OVERHEAD ELECTRIC OHIE q LLJ 1 - I WATER _ w.. E. 23H6643.4 ICING _97.1399214 _ _ _ _ j- { m �'�LAT: 32.7752041 I I [� I I EXISTING STORM DRAINAGE - JF I EXi5T� 8"SERVICE WATER W W yy ., W �- __I{: 1yi r - _ (LONG:-3T.1403B75 - 8" HDPE GAS PIPE } - EXISTING FENCCOME FO 0 II (PE4710, DR 1 i) BY BORE! ' EXISTING FENCE - X Q d REMOVFIREPLACE FENCEJOE � n � SIZE & E EV UNKNOWN EXIST, UGE m EXIST. COMM PROPOSED GAS LINE MARKER ILL m d (FIELD VERIFY) SZE 8 ELEV UNKNOWN '"- w SkZE 8 ELEV UNKNOWN LLI 0° 495 (FIELD VERIFY) E a I78" EXIST. GONG. COMM DUCT (FIELD VERIFY] q95 TREE REMOVAL V TQP-=472.15' - I-°'- _ EXIST. GAS ----•--- -i -- _ p W - PER TEST HOLE 74 SIZE & ELF V UNKNOWN -- - "" EXIST. UG£ - x ,q ---x -x - _ - - - -� - - LI {FIELD VERIFY) I (FIELD VERIFY} . EXIST. UGE __ SIZE & ELEV UNKNOWN ' -'- -..- .� rn- r '� __ I ..-- - W -- - T !- (FIELD vERIFv) _ d -d m 52' EXIST. GONC. UGE DUCT - -- N 490 !! CAUTION !! SIZE&ELEVUNKNDWN -O o -� .- -. - LL,J � jf - (FIELOVERIFY) \I rc T.D.P.=47z.4B' -} - ALL UNDERGROUNO LINES SHOWN ARE �PRORSEPARATOR - - - ( j -� - T F--� o-0. - - Y PER TEST HOLE 15 _ _ - W t - - g a m F EXIST. GAS (eLD VERIFY -- - x APPROXIMATE AND NOT ALL z 405 (SEE DETAIL SHEET j Z. d- - (Fir ) w u - LILII ewsT. ucE - a - m- - - LL w ass OBSTRUCTIONS MAY 6E LOCATEb. H2O4) - I - cIF - rtIFY W '!-- n-- a - - } K - - -_'. _ S _ �- _ _ z _ SIZE 8 ELEV UNKNOWN _ -_ w w _- SZE &ELEV UNKNOWN Om - CALL 811 OR PIG TESS FOR ACCURATE x a,IZE 8 ELEVUNKNOWN rmd fa + (FIELD VERFFY W EXIST. COMM' T Ln VF ) _ E p - LOOATION5 A71-aoo-344-5377 PRIOR __ �.-_._. 4' E7Cl5T. CONC. UGE I m (FIELD VERIFY) - -- w W ' rEXIST. GAS _ _ (� F.O.P.=470.85' - �'r { ` -- 4$0 p �ELEv UNKNOWN �9 r - EXIST. GRADE r - L= - - - -� - TO BEGINNING CONSTRUCTION. Z 0 PFR TEST HOLE i9 I y - ---- j E%iST. WATER (FIELD VERIFY) - - _ _ _ _ EXIST. UGE _ FIELD VERIFY) UNKNOWN I - _ _ SIZE & ELEV UNKNOWN ( _ (FIELD VERIFY) I 1° o 475 �- �L(FIELDVERIF`0 ._. ..--... -a 1 - - ---- --- --=----- -----------_ _ 475 BARLOW EQUATION FOR PLASTID PIPE P= 25-(DF) I a _I _ - � _ _ _ _--I-.. - _ - - -J - 1� 1 I EXIST. WATER - I D = OUTSIDE PIPE DIAMETER (in) 8.625 I n 470 y _ -- I !SIZE& ELEV UNKNOWN ¢ a z-- -_ - - ` FIELD VERIFY I-- 470 , I! =WALL THICKNESS (In) 0.784 I d rz SIZE & ELEV UNKNOWN ' -IEXIST. GAS -I - - �- --- (FIELD �•--- I DF =0.40, PER CFR 192.121 0.40 I x _ __ _ - _ (FIELD - - _ __ I _ EXIST. WATER �. - FY) - - _ _ - 1° ISIZE & ELEV UNKNOWN _ I_.. _ I- __ 465 S = HOD at 73' F (psl) 1800 J 466 -- - - -30EXIST. ST PROP. 8' GAS LINE ®015%_ ---- _ __ - -- -- 4" EXIST. WATER - LD VERI _ -_.- _- UNKNOWN .- (FIE FY) P -CALCULATED PRESSURE (1s(9) 128A µ ORM (STA 0+27 TO STA Ar04) - I, . - (FIElA VERIFY( �z a I --I - - - !Y ' - - I STEM M A O (ps g) 55 t�`°"'"74 460 - -- - - : FL=467.50' - - -- - - - - - #� 4" EXIST. WATER - --- -- --- _>: w �.'�- - - - - -I 460 SYSTEM M.A.O.P. { I gtb s _ STA�+27 _ - - { - ELEV UNKNOWN !! _ (FlELp VERIFY) 2q"IST, WAS��WATER - "' 2 PROP. 8" GAS -- - - TOP = 463.03 -- -- ; (FIELD VERIFY) -� r - �` - - ••••••••• ELEV UNKNOWN _ BORE GUIDEUNES 60c Gp16EROHURIpS1EG0 LINE ®-0.15% AV=1' - -- - _ -� � FIELD VERIFY ---- 102" EXIST. RCP PRIMARY EFFLUENT LINE � _�Jy 456 (STA 0+00 TO - -1---- - - ( ) --T - E%IST, UGE -- T.O.P.-AB8.64' �, I I 455 NAME BORE 132096 �¢ STA 0+22) EXIST- ATER - _ _ I _ II-� - EXIST WATER 8' EXIST. WATER _ _SZE&ELEV UNKNOWN - PER TEST HOLE IBI u I ANGLE ill' -� (FIELD VERIFY) (FIELDVLkIFY) z SIZE& ELEV UNKNOWN I ENTRY ;<IO1Jpl i - 1 1 ELEV UNKNOWN - - - _ - 4 -- - / .--- _.I. -- pl s00 FT. SIZE 8 ELEV UNKNOWN FIELD VERIFV - 450 ... � F I -:- - 12"EXIST. WATER �__-_ _ (FIELD VERIFY) _ _- _ - '-_- -__ - _� - (FIELD VERIFY) - __- 450 I R o5I91rzox3 RADIUS IFIFIXIVERIFY)XIST. (FIELD UNKNOWN .- EXIST. WATER -- - i- - TANGENT 67 FT. paarnd"m 4n J XIST. WATER - ELEV UNKNIFY i. PEAK FLbWMANAGMENT[INE ..-- - IZE &ELEV UNKNOWN ) EXIST. WATER _ )SIZE &ELEV UNKNOWN _ I - I ANGLE NIA 445 - - -- --- - SIZE B ELEV UNKNOWN I pTWI.D VERIFY) _ - -- - PER CITY RECORDS -- ----- - 445 EXIT I RADIUS NIA THE 9EALAPPEARIN© ON THIS LL - LF OSTAINLESS STEEL _ _ __ _ (FIELD VERIFY) I DOCtJ �NTwASAUTHORIzeo aY UL 39 (S O30 SBY OPEN CUT 3D5 LF OF 8" HDPE GA I [FIELD vERIFv) i - ) 35 LF OF 8" STAINLESS STEEL PIPE TOTAL LENGTH 230 FT. HP.E.41 AL.ALTER TIUNO A S PIPE --- 1$4 LF OF 8" HDPE GAS PIPE PEALED ouUME TWIT OUT z (SS 3a4L,1OS) BY OPEN CUT - -' 208LF OF 8" HDPE GAS PIPE d4G BORES ARE GRAD sEOPE00DeUMENT WITHOUT } 440 (CLASS "W" EMBEDMENT � (PE4710, DR i 1) BY OPEN CUT - (PE4710, DR 1 i) BY OPEN CUT � -- CALCULATED FROM ENTRY GRADE PROPER NonHUTIONTaTHE a+ (CLASS "H" EMBEDMENT - PE4710, DR 11 BY BORE _ __ TO EXIT GRADE. RESPONSIBLE ENGINEER IS AN ❑ _ SEE DETAIL SHEET H402) (CLASS "H" EMBEDMENT I SEE DETAIL SHEET H402) - (CLASS "H" EMBEDMENT, ( ) _ _OFFENSE OMER THE TEXAS 4zINEERINe PRACTcE ACT. THE EN 435 - _UNLESS OTHERWISE NOTED - SEE DETAIL SHEET H402) -20- UNLESS OTHERWISE NOTED - SEE SHEET H4D2) - " + 14a5 SIZEaMATERIALAPPROXIMATETOEBE TOTAL STOIBEARFEET)TOBE RED. E°a E°� REF - - � -- - - - -- -- - \ -- I - - - - , - - - - TAT{. S -- - I INSTALLED ABANDONED REMOVEb I RIc ARDSON 1 TEXAS 6rzH 201 NORTH gTEPELB O r DETAIL asp I - - 19 q I _ ._.-� 430 B„ HOPE 737 FT, N/A NIA I ENi31NEERING FIRM 4 312 _ a$ -xL �.- a 4F ate` -I - - - - � LL'V - f IG _u' .. I __ _ +_. - L. - _.. _- --. � _ � _ STEEL 304E 1° F7. NIA NIA m $ o S L o -I _ - I n 425 - " {� (¢ - - A25 8' STAINLESS 74 FT. NIA NIA CLIENT PM: SUZANNE ABBE O p+50 p+00 1+00 z+pp 3+pp 4+00 s+pp s+p0 7+p0 8+pp HALFI STEEL304L I ICUENiPR0l.9{ NO.1030NLL PIPE TABLE SHEET TITLEPROJ, iF. 042617.001 I Lj 60 LF OF 8" HnP� Gas PIPE � 5HE£TTITLE PIPING SPECIFICATIONS DESIGN DATA TESTING VCWRF ADDITIONAL. GAS SERVICE � (PE4710, DR 11) BY OPEN CUT REQUIREMENTS BIO-SOLIDS DRYING FACILITY LLI (CLASS "G" EMBEDMENT, O.D. W.T- PIPE SYSTEM DESIGN TEST TEST TARRANT COUNTY, TEXAS co SEE DETAIL SHEET H402) THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 4BHOURS DESCRIPTipN (IN.) (IN.) GRADE M,A.D.P. PRESS. PRESS. OUR. CITY OF FORT WORTH Q P.S.LG. P.5.LG. P.S.LG. NRS O, PRIOR TO EXCAVATING AT EACH LOCATIONS: o PREEXISTING MEDIAN5IPARKWAYS: I 8"HDPE, DR 11 8.625 0.784 PE47S0 55 125 "' "• LAYOUT DESCRIPTION _I ALL EXISTING MEDIANSIROWS DISTURBED DURING CONSTRUCTION SHALL BE RETURNED TO THEIR ORIGINAL STATE OR BETTER UPON UTILITY CONTACT PHONE B NOTE; 16" STAINLESS sTtEL ,„ „• PLAN AND PROFILE Q COMPLETION OF THE PROJECT. IN THE EVENET THAT GRASS HAS BEEN DISTURBED, GRASS SHALL BE ESTABLISHED AT ill°% BY FORT WORTH WATER DEPT. FIELD OPERATIONS 817-011-3295 CONTRACTOR SHALL INSTALL PIPL ON -0.15% 304E 6.357 0.134 Ills 55 125 z ry CONTRACTOR. GRACE (STA 0+07 TO STA 0+27) AND 0.16% GRADE HALFF SHT. i!: � 3 ONCOR BUDD RODGERS 817-643-3434 PRIOR TO SOD OR SEEDING, REMOVE ALL ROCKS GREATER THAN 1" (32 92 12-5013DING - REVISED MAY 12. 2021 OR 32 92 (STA 0+21 TO STA 4-04) TO DRAIN TO PROP. 18" STAINLESS STEEL 8,329 0.148 ills 55 125 "` "` ATMOS STAN BLECKENRIDGE 817-775-7921 304E H101 SH.�OF !¢NON-NATNE SEEDING- REVISED MAY 12, 2p2i). WILLIAMS GAS LINE WILLIE LEE fi82-730-4880 SEPARATOR LOCATION. ❑ ALL DIRT MOUNDS SHALL BE REMOVED FROM MEDIANSIROWS PRIOR TO SEEDING AATER CONSTRUCTION IS COMPLETED, KINDER MORGAN CORPORATE 713-369-9000 I '"REFER TO PROJECT SPECIFICATIONS ❑Q a y 'EXIST XIST.fia" 1 EXIST. 107' PRIMARYL�., WASTEWATER �+■I 11EFFWEN7LINE 1 1 F1 1 l 1 f-i EXIST. 39" PRIMARY I f ! � IFFLUENT OUTLETIII �y{ EXIST. 36` VILLAGE BREEK WATER I _ IR WASTEWATER ' (RECLAMATION FACILITY.I� _ - 7,'tlllT.E.T e6" 1R1.ERYjJLINE I .XLST. 6" SERVICE WATER - I EFFLU NT CUTLET � �I — y� EFFLUENT OUTLET EXIST, COMM DUCT I EXIST.i}- ,r I: , _ -I IJ%L - - I SANK .,,VAx sti4h . - 2m, -L '� —F� - V11G' � y1{Y ' - w SEE SHEET HA02) -1'a" I}Ij I / 9xISK.uGEDuerj• S.W. FREESE AVE. ,� m I� _ ji EXIST IRRIGAILON G IjGI� J ur�rr .-yLL'f�' + I # LFjIE �NFTALI I•—LILI.t _ ' +1� UTILITY MARKER =- ., ;vUlE 'IiilF SSEE SHEET H405 Nv + — — 14+n - ` V ,��� O it 4,40E .r.*. .� 1,F 5k 14Y 1�+ UCTBANK 1�.' Ef�b]4p8 .7Y FfI'G-4]. 15 r 1 EXIST.24" WASTEWATER 1 GONGRETE CHANNEL - „ W EXIST TOE OF LEVEE rc�c G EXIST 1'AINTENANCE '- O - MEET H403) 2 �n `:TRUCTURE F i t .'IA. B+ef PROP.B"fl y. f or R = 30.- _�. - - -INSTALL: ..F��l' - - f h .� �� _ - _60 -�..Isi►- .ff1LfTY MARKER �- ISqE SHEET H405) IEXIST-T�GFLEVEq�IIIIIIIIIIIIIIIIIIII� 533,8 '..AT: 32.7762695 4A _.GA '3 - E.'ST. 8- KINDER MORGAN GAS LINE i A 495 11495 —_ -- - i-18" EXIST. STEEL KINDER MORGAN —I -- - T.O-P. = 4700 1.14'- 2- 405 14FIELDVERIFY} - _. _ -----I - - - .,.. - , _ -- ----- 485 PER TEST HOLE 1 481 I - -- EXIST COMM -- I SIZE 8 ELEV :XIST. GRAVE UNKNN� ' . l: ----- -- (FIELO VERIFY)( .I I �I 05 � r I � - �-� - I - 475 470 470 465 - -7-(FfELDVERIFY) _Lr 465 - SIZE &ELEV UNKNOWN - SIZE 6 ELEV UNKNOWN WATER - EXIST. WATEREXISTWATERaZE 8 ELEV UNKNOWN I - ---' 460 I (FIELD VERIFY} (FIELD VERIFY) ___ - n - 40 .� — sIZE&ELEvuNKNOwNI- — 800 LF OF 8" HDPE GAS PIPE Ass - j (FIELD VERIFY) I _ — (PE4710. DR 11) BY OPEN CUT __ 455 (CLASS "H" EMBEDMENT, - - D I`— ------- - -- SEE DETAIL SHEET H4ii 2) — — — — — I R ! 4A5 8+00 9+09 10+OD 4l+o0 1@+00 13+00 74+06 15+110 16-00 NOTE; THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRE-EXISTING MEDIANSIPARKWAYS_ PRIOR TO EXCAVATING AT EACH LOCATIONS: ALL EXISTING MEDIANSIROWS DISTURBED BURING CONSTRUCTION SHALL BE RETURNED TO THEIR ORIGINAL STATE OR BETTER UPON UTILITY CONTACT PHONE N COMPLETION OF THE PROJECT, IN THE EVENET THAT CRASS HAS BEEN DISTURBED, GRASS SHALL BE ESTABLISHED AT 100% BY FORT WORTH WATER DEPT. FIELD OPERATIONS 817-B71-8296 CONTRACTOR, PRIOR TO SOD OR SEEDING, REMOVE ALL ROCKS GREATER THAN 1" (32 9212SODDING • REVISED MAY 12, 2021 OR 32 92 ONCOR BUDD RODGERS 847-443.3434 14-NON-NATIVE SEEDING -REVISED MAY 12, 2021). ATMOS STAN 13RECKENRIDGE B17-375-7921 ALL DIRT MOUNDS SHALL BE REMOVED FROM MEDIANSIROWS PRIOR TO SEEDING AGTER CONSTRUCTION IS COMPLETED. WILLIAMS GAS LINE WILLIE LEE 682-730.4880 KINDER MORGAN CORPORATE 713-369-9000 0r- 40 8o i SCALE IN FEET LEGEND: PROPOSED GAS POLY PROPOSED STEEL CASING PROPOSED STAINLESS STEEL EXISTING GAS LINE GAS EXISTING RIGHT OF WAY - - — EXISTING PROPERTY LINE EXISTING ASPHALT "A EXISTING EASEMENT — PROPOSED EASEMENT _ _ EXISTINGGRADE EXISTING WASTEWATER WIN EXISTING WATER W F ly EXISTING UNDERGROUND ELECTRIC LI EXISTING OVERHEAD ELECTRIC OHIE EXISTING STORM DRAINAGE EXISTING COMM FO EXISTING FENCE X REMOVE)REPLACE FENCE X _ a PROPOSED GAS LINE MARKER F m m TREE REMOVAL (31 �y. 16" ONry LV ULm Lu LPO 0 r u. f]7 Z02 le )V 0 of On z cn _j r I Lu aJg m ���� Ifl ti h! x ±! CAUTION I± ALL UNDERGROUND LINES SHOWN ARE z APPROXIMATE AND NOT ALL z z OBSTRUCTIONS MAY BE LOCATED. u F CALL 811 OR DIG-TESS FOR ACCURATE a4e @ LOCATIONS AT 1-800-344-8377 PRIOR o TO BEGINNING CONSTRUCTION. c z a tl n BARLOW EQUATION FOR PLASTIC PIPE P = 2S (DF) [{p 1){) D -OUTSIDE PIPE DIAMETER (n) 8.625 I) = WALL THICKNESS On) 0.764 a DF = o.AO, PER CFR 19Z121 0.40 rc S = HDU at 73' F (pai) 18o0 I P = CALCULATED PRESSURE (paig) 128-0 I SYSTEM M.A.O.P. (psig) 55 I SA Ftu:, ns a C. C.LLO{R0N BR10GU- 132096 w Ar 03F31D023 J Addmd"m M THE SEAL APPEARING ON THIS LL DOCUMENT WAS AUTHORIZED BY HUGO C. CALDERON URIOSTEGUI. PE NIW'96. ALTERATION OF A Z SEALED DOCUMENT WITHOUT j" PROPER NOTIFICATION TOTHE it RESPONSIBLE ENGINEER IS AN Q OFFENSEUNDERTH TEXAS APPROXIMATE SHEET TOTALS (LINEAR FEET) ENGrNEERNG PRACTICE ACT, THE RECARO COPY OF THIS DRAN7NG Is SIZE E MATERIAL TO BE TO BE TO TO BE ON"', AT THE OFFICES OF HALFF ASSOCIATES, 1Z01 NORTH DOWSER, J O INSTALLED ABANDONED RICHAROSON, Tam"50 ac TRPas fn I B"HOPE B00 FT. NIA MA ENGINEERING ENGINEERING FIRM 93IZ ' m CLIENT PM: SUZANNE ABBE I CUENTPROJ.#: N0.1o3011 I 0 I HALFF PROJ.M 04261?A01 I Uj SHEETTITLE - V VCWRF ADDITIONAL GAS SERVICE BID -SOLIDS DRYING FACILITY W PIPE TABLE TARRANT COUNTY, TEXAS CITY OF FORT WORTHC� Q PIPING 5PEG3FICATIONS DESIGN DATA TESTING REQUIREMENTS LAYOUT DESCRIPTION � O.➢. W.T. PIPE SYSTEM DESIGN TEST TEST PLAN AND PROFILE Z DESCRIPTION (IN.) GRADE WA.OP. PRESS. PRESS. OUR. _ P.S.LG. P.S.I.G. P.S.I.G. HRS HALFFSHT,M 0 81HDPE, DR 11 10.625 IIS 160 "' I H102 SH: $-OFFS 0 EFER TO PROJECT SPECIFICATIONS a yI - I IVILLAGE OREEX WATER *; RECLAMATION FACILITY 4&1 r t € +} k7XIST. 35" PRIMARY _ l 1FYIS'1. 35` PRIMARY "' FF1 I l;,JN' OUTLET F'FI.UENT OUTLET 1 W-1) } I Ilk �CORVE DATA- f 11 I L-21' \ �, R=30' x APPROA _LSCATION OF �j y FUTURE AERATION. $ + + EXIST, 8$ PRIMARY 1 BASINS + +e �2l%_1 PiiUlrS' EFFLUENT LINE II PT. R = 30' EXIST. 24"WASTEWATER li.. ti , INSTALL: .pI EXIST. ASPHALT -L'T3LITY MARKER AW C$TF SHEET H402f r Il R4+E oAl A 1 (mr SHEET H405) \ � rs'TP r34 aRC' B"WDPE-� - ,�'.� •. _ PC, R = 30' L - 23' k fiF: $868822.$ INSTALL: R = 30` .: E: 2388955.0 UTILITY MARKER EG-a%a_se; i P�.rL�xf r�E NST. 36RCCPX WATERATr 27788147 (SEE SH056e4E� p, r 969745 ti : EXISTIRRIGATION E: 238703klt �_I XIS ENCE1 I11iE-41 LINES LAT: 32.TF0587$ W 1 LO"iG-27.139pF24) {. -_ Pw }R2=1+3301 PF]A. u" HOPE N: 8969614.3 E: 2386973.9 i Y I C k' i' 1 "F -- - IAT 327787901 0+-wn W Lrn - iw+L70 xv�0"- - �'_ �9+n0 ' 1LUNC�"-a7'R7 wo F L-� PI'-�,7 N, *,Y R2u8p PKOP. B'FiDPi !.. .-- 1 EXIST. B" WILLIAMS MLP'l fl-EPA71NG GAS LINE 87k) Y 11 } I EXIST. 24" WASTEWATER � I EXIST. TOE OF LEVEE � � AT. T: 32.7 32.778-86480 495 495 i 490 490 485 I --- I ------� - ----- ! - 485 EXIST. GRADE@XISTWATER i - - _ 517F ELEV UNKNDWN (FIELD VERIFY) 475 L 410 ~I i _ _ I - -_ - ----� - / — — 24_EXIST.WASTEWATER -_ _ - _I --- 6 1 FL 46800 - _ . — PER SUE 46S _`- (FIELD VERIFY) f - 455 IT O 24" EXIST. WASTEWATER -- _'� FIELD VERIFY 1 ' 460 I FL-486A0' - — 378LFOF8' HOPE PIPE II 455 - - PE ---- 161 LF OF 8" HOPE GAS PIPE _- 455 - — - - - (PE4710. OR 11) BY OPEN CUT — — (PE4710. DR 11) BY OPEN CUT 480 --- - - ,;LASS "H" EMBEDMENT, _ CLASS -H" EMBEDMENT, 45B - SEE DETAIL SHEET H402) - ---- SEE DETAIL SHEET H402) 445 445 16+00 17+00 10+00 19+00 / 20+00 21r00 r ' 22-00 23+00 20 LF OF 8" HOPE GAS PIPE 20 LF OF 8" HOPE GAS PIPE 118 LF OF W HDPE GAS PIPE (PE4710, DR 11) BY OPEN CUT (PE4710, OR 11) BY OPEN CUT (PE4710, DR 11) BY OPEN CUT (CLASS "G" EMBEDMENT, (CLASS "G" EMBEDMENT, (CLASS "H" EMBEDMENT, SEE DETAIL SHEET H402) SEE DETAIL SHEET H402) SEE DETAIL SHEET H402) NOTE: THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRE-EXISTING MEOIANSIPARKWAYS: PRIOR TO EXCAVATING AT EACH LOCATIONS: ALL EXISTING MEDIANSIROWS DISTURBED SURING CONSTRUCTION SHALL BE RETURNED TO THEIR ORIGINAL STATE OR BETTER UPON U71LD1" CONTACT PHONE # COMPLETION OF THE PROJECT. IN THE EVFNETTHAT GRASS HAS BEEN DISTURBED, GRASS SHALL BE ESTABLISHED AT 109% BY FORT WORTH WATER DEPT. FIELD OPERATIONS 817-071-0286 CONTRACTOR. ONCOR BUDD RODGERS 517-443-3434 PRIOR TO SOD OR SEEDING, REMOVEALL ROCKS GREATER THAN 1" (32 9212-SODDING - REVISED MAY 12, 2021 OR 32 92 ATMOS STAN BRECKENRIDGE B17.375-7921 14-NON-NATIVE SEEDING - REVISED MAY 12, 2021). WILLIAMS GAS LINE WILLIE LEE 682-73G4880 ALL DIRT MOUNDS SHALL BE REMOVED FROM MEDIANSIROWS PRIOR TO SEEDING AGTER CONSTRUCTION IS COMPLETED, KINDER MORGAN CORPORATE 713-369-9000 LEGEND: PROPOSED GAS POLY PROPOSED STEEL CASING PROPOSED STAINLESS STEEL EXISTING GAS LINE EXISTING RIGHT OF WAY EXISTING PRCPERTY LINE EXISTING ASPHALT EXISTING EASEMENT PROPOSED EASEMENT EXISTING GRADE FXISTING WASTEWATER EXISTING WATER EXISTING UNDERGROUND ELECTRIC EXISTING OVERHEAD ELECTRIC EXISTING STORM DRAINAGE EXISTING COMM EXISTING FENCE REMOVEIREPLACE FENCE PROPOSED GAS LINE MARKER TREE REMOVAL q ao 90 I--� SCALE IN FEET — GAS — x x WIN W UGIE OHIE FO X x m m On O� w 03 cli w Ian t}q n m } LL a 0 U z¢"w o U_�mam 11 CAUTION 11 z ALL UNDERGROUND LINES SHOWN ARE APPROXIMATE AND NOT ALL z a OBSTRUCTIONS MAY BE LOCATED. U a CALL 811 OR DIG-TESS FOR ACCURATE a w L LOCATIONS AT 1-800-344-8377 PRIOR $ °o w TO BEGINNING CONSTRUCTION. z v L2 d °z BARLOW EQUATION FOR PLASTIC PIPE P = 2S I (DF) I z ( D =OUTSIDE PIPE DIAMETER Q0I 8.625 LL Q i = WALL THICKNESS (in) 0.764 I o DF = CA0, PER CFR 192.121 0.40 S = HOS at 73' F (psi) 1600 P = CALCULATED PRESSURE (paig) 128.0 SYSTEM M.A.O.P. (psig) 55 I 1AspF'«fx}s BGOC. CAMERM 11RIOSTE00 132[i96 SS1 AL E oxali m Add-d- 04 THE SEAL APPEARING ON THIS OOEUMLNT WAS AUTHORIZED BY N0T3O O. CALDERON URIO5TEGM. P.E. ol32005. ALTERATION OF SEALED DOCUMENT WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE ENGINEER *AN OFFENSE LINOERT14E TEXAS ENGINEERING PRACTICE ACT. THE APPROXIMATE SHEETTOTALS(LINEAR FEET) RECORD COIF TwS DRAVVING'6 TO BE ISLE TO SE SIZE 6 MATERIAL ON FILE ATTHE OFHCES OF HALFF ASSOCIATES, 1201 NORTH DOWSER, INSTALLED ASANpONEp REMOVED RICIiMOSON. TEXAS %5oPI,TEPELS 6" HOPE 700 FT. NIA NIA ENGINEERING FIRM p912 CLIENT PM: SUZANNE ABBE curN'TPRO.I.#: No.1o3911 HALFF PROD. #: 042617-001 SHEET TITLE VGWRF AODITIONAL GAS SERVICE - RIO-SOLIDS DRYING FACILITY PIPE TABLE TARRANT COUNTY, TEXAS CITY OF FORT WORTH TESTING PIPING SPECIFICATIONS DESIGN DATA REQUIREMENTS LAVOUTDESCRIrMON G.D. W.T, PIPE SYSTEM DESIGN TEST TEST PLAN AND PROFILE DESCRIPTION M.A.U.P. PRESS. PRESS. DUR. (IN,} (IN.) GRADE RSyG. P,S.LG, P-S,I.G, HRS HALFF SHT,#: 8"HOPE, DR 11 $.825 0.784 PE4710 55 125 150 ••' H103 SH: R OF 6[5 -REFER TO PROJECT SPECIFICATIONS x 3 F 1 GIN OF FORT WORTH I I 1 tJ I Ii + BLOCK 1 VILLAGER EEKPLANT FTOP OF LEVEE I7 II ADDIT I I (VOL. 300-213, GP. 47) x'I 7^E,:°LEVEE Si A. 2Li61 PROP. B'HGF-i^r EXIST. :T ASTEWATER IF-� INSTALL: _ I ' UTILITY MARKER ICI■ I (SEE SHEET H405) __ N: 6IJ69877-a '- iV-- -- {• � E: 23B65fi3-5I C3-•"" - �6. 0.. ' IT: 32,7711NM +I I pmr--A7.14058951 I L 45},1 SIA.25+1BF+ROP ,9"HDPE-. r LINE Vc, R-30 INSTALL' UTILITY MARKER,18y_ I hLLl11 (SEE SHEET H405) EG=�n.BI N: 6969848.1 + E: 2386690.6 2 +Jf ,,AT, 327788968 LONG,.-97.1404W9+r II I�� 1 I .�-. + BORING NO. B IL'k,�F 1 �°_ I EXIST. 36" RECLAIMED JJJ lI, - / 2� - ---� _ ° CITY OF FORT WORTH ;HATER iL 13LOCK 2 - + VILLAGE CREEK PLANT ADDITION (VOL. 386-213, Of. 47) - f :E { 1+J II XIST. S" WATER - �F a o L�. —. U't F,ROP. 20'GAS LINE FACILTV MAINTENANCE AREA REMOVE AND REPLACE 50 LF� I , - a., iM OF EXIST- CHAIN LINK FENCE F�ENCE , I • K % _ x- f h. F - �w —rt I -„ ©D°57'52-58"W co 27+DDi ;+0p _?9+00 UA1' 'iI1+00 31+Dry 2 I I ry I =EXIST. 25' RECLAIMED - L=XIST�84" PEAK FLOW U W.4TERFACILITY ;..ANAGEMENT LINE F I #y r R MAINTENANCE AREA -- - - ?ti'ff !`''.�fl.-� �"ye 1 /©� Oz r 1 4i F ! ITI x EXIST.30" RCL EAIMED WATER O .0 _ ¢ L FYI -,SEES SHEET H4D2)I OBIT _-GI{'E --0114 OWL CNIE Li'{E 1 EXIST-12" WASTEWATER I`-_ I wi 11 ) r� i FXIST. GRADFALONG }- ;t-EXIST. 12' SLUDGE MANA[;EMEN' INTERMEDIATE PIPELINES yam_ GREENBELT RD, EXIST.36" RCCP WATER LINEI {EXIST. 1�I • -- . ..1 EXIST B-WILLIAMS MLP ^,G,hjr„'•� �IA"� AY lW W. Ohf,, r.A$ --AG OAG f;nE OPERATING GAS LINE CITY OF ARLINGTON, TEXAS (VOL. 14361, PG_ 1321� 590 I PIPELINE ALIGNMENT I _ _ 12" WASTEWATER - - �� - FLEV UNKNOWN -L - ' {FIELD VERIFY{ w - 4G! - J -- - ns3 - 2 — �2" EXIST. PE UGE _ 3fi' EX ST. STE RECLAIMED WATER LIN - --- ---- -_.__ T.O.R r I '.!.J,"EXIST. WASTE WATER - T.O.P.= HOLE fY F- �-'�.._ D PER TEST HOLE __ - -_ - _,-.- _ _ - _ -_ — —. . r I I --- T.O.P.=4fi9.0'+7• 1PER TEST HOLE6 - _ G,_ - � - 1 - ) I. .. -- - {FIELD VERIFY} (FIELD VERIFY) --- -- d m ❑ --- - (FIELD VERIFY) _- -- ----- - - { 49 i EXIST. COMM -- - 485 SIZE & ELEV UNKNOWN , -- -- `- 485 (FIELD VERIFY) EXIST. WASTEWATER I.O- --� _-- ---- -- - --'- -I - - --I- --- --- -- -_ ;�- - -,I - -- I•r- = 469.0' +!- EXIST. COMM _ "-- '- - _- _ _ 30' RADIUS MIN 1-- - J< -- m �I (FIELD VERIFY} J52E8ELEVUNKNOWN .. - - \ �• l �__ _ I - - -100 VR WSEL--469.0-+1-- -- - 40 (FIELD VERIFY) F _-�-- -_- - jr .. �- �EXIST. GRADE ...___..�.__..- - _- I . 475 11 ,�-. I-' ------ 1--- - - -- - 47 s "EXi3T. IRON WASTEWAT-2ER It. _ -- .'�_- 470 J PERT.O.P=a69T 47 -- -- • .- (FIELD VERIFY)I r- - i --{ I - - -_ - I - - - - 465 - - 1 - __. l G11LY - _ ___ _--_ -- og� - _ _---�___ __ _ -46 ---- - - $0, RADIUS MINI _ z 39 RADIUS MIN r k _ _ ----... _.. �--�o- - - -I - - -- ..- -- -- ---- -' -- -� -- WEXIST WATER- - - - � z k�'FXIST T.O.P.=4672f455 - - - - - - - - - (FIELD VERIFY) -- _ -- - - - - - -- - - -1 - - 45 ''-" `� 94" EXIST. FG PEAK FLOW MANAGEMENT LIND I. IRON WASTEWATER __- EXIST. UGE �- --- ---- T.O,P,=463.52' -- _ frEXIG7. IRON WASTEWATER _T.17.P-=469.14 --SIZE&ELEV UNKNOWN PER TEST HOLLI 459 PER TEST HOLE9 (FIELD VERIFY) +(FIELD VERIFY)I45HDPE GAS T EST HOLE 10 - — i _, (FIELD VERIFY) , ( ) --- - -- --- - - PER TEST HOLE 10 - 142 LF OF 8" - — - - -- - 6" Exls . STEEL GAS (FIELD VERIFY) -- _ T.O.P. - 474.34' ---- - - -� 445 PIPE - =_ y 12"FXIST.IRONWASTEWATER PER TEST HOLE [ I I �14 - PE4710. DR 11 - - ____- -T.O.P.=46E.14' .. (FIELD VERIFY) f .._ - --PER TEST HOLE 9 1 I B COPEN LASS H T -— 142 LF 0 - - - - -- TIELD VERIFY) 449 - / n - 44 I F 8" HDPE GAS PIPE �- 134LF - - I - 134 LF OF 8" HDPE GAS PIPE - - 500 LF OF 6"HDPE GAS PIPE EMBEDMENT, _ (PE4710, DR ti) BY OPEN CUT --- - I - SEE DETAIL - (CLASS "H" EMBEDMENT, ( , DR 11) BY OPEN CUT---- - ----- - - s"EXIST.GAS - - IPE4111), DR 11) BY OPEN CUT --- --- - a35 - (CLASS "B+" EMBEDMENT, _ -- aa3.a4 CLASS "H" EMBEDMENT, 43 - _ TAIL SHEET H402} — —_ - PERRECORns ( _ _- - SEE DETAIL SHEET H402) —--- ---- - (FIELnvERIFY) SEE DETAIL SHEET H402) - SHEET H 02) SEE DE _43 23+00 1 24+GO 25+00 -I 76+00 27+00 2B+00 29+00 30+00 31+DO 32+00 20 LF OF 8" HDPE GAS PIPE 20 LF OF 8" HDPE GAS PIPE (PE4710, DR 11) BY OPEN CUT (PE4710, DR 11) BY OPEN CUT (CLASS "G" EMBEDMENT, (CLASS "G" EMBEDMENT, SEE DETAIL SHEET H402) SEE DETAIL SHEET H402) NOTE: THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEA6T48 HOURS PREEXISTING MEDIANSfPA J<f�N 4yYS: ALL EXISTING MEDIAN511910 E DISTURBED BURING PRIOR TO EXCAVATING AT EACH LOCATIONS: CONSTRUCTION SHALL BE RETURNED TO THEIR ORIGINAL STATE OR BETTER UPON UTILITY CONTACT PHONE 4 COMPLETION OF THE PROJECT. IN THE EVENET THAT GRASS HAS BEEN DISTURBED, GRASS SHALL BE ESTABLISHED AT 1DO%BY FORT WORTH WATER DEPT. FIELD OPERATIONS 817-871-8296 CONTRACTOR. PRIORTO SOD OR SEEDING. REMOVE ALL ROCKS GREATER THAN 1" (3292 12-SODDING -REVISED MAY 12. 2021 OR 3292 ONCOR BUBO RO➢GLRS 817-4433434 14-NON-NATIVE SEEDING - REVISED MAY 12, 2021). ATMOS STAN BREGKENRIDCE 817-375-7921 ALL DIRT MOUNDS SHALL BE REMOVED FROM MEDIANSIROWS PRIOR TO SEEDING AGTFR CONSTRUCTION IS COMPLETOU. WILLIAMS GAS LINE WILLIE LEE 682-730-4980 KINDER MORGAN CORPORATE 713-369-9000 p 4O SG SCALE IN FEET LEGEND: PROPOSED GAS POLY PROPOSED STEEL CASING PROPOSED STAINLESS STEEL EXISTING GAS LINE GAS EXISTING RIGHT OF WAY - - — EXISTING PROPERTY LINE EXISTING ASPHALT-�- EXISTING EASEMENT — PROPOSEO FASFMENT EXISTING GRADE — EXISTING WASTEWATER WW EXISTING WATER W FXIS7ING UNDERGROUND ELECTRIC UGIL EXIS7INO OVERHEAD ELECTRIC OHIL EXISTING STORM DRAINAGE - - - - - EXISANG COMM FO EXISTING FENCE X RLMDVEIREPLACE FENCE PROPOSED GAS LINE MARKER f TREE REMOVAL 0 In 1h ti X IL Qn U. W J W 1v0 tv In w M 3LL let ZQ NLL aa�� z¢g� �� s� mEIN n Y ~ u O � H � U q ELI Q A 0 s o a LL m m U — CAUTION I! G z OUND LINES SHOWN ARE MATE AND NOT ALL z Z NS MAYBE LOCATED, =DIG-TESS d O d IG-TESS FOR ACCURATET 1.800-344-8377 PRIORowING CONSTRUCTION, b z p Q � n � 6 I BARLOW EQUATION FOR PLASTIC PIPE P = 25 (DP) z o (P4i D = OUTSIDE PIPE DIAMETER (in) 8.625 0 f -WALL THICKNESS (in) 0.784 a OF =0-40, PER CFR 192.121 OAO I S= HOB at 73' F (Psi) 1600 I F J 5 P =CALCULATED PRESSURE (psig) 128.0 I I SYSTEM M.A_O.P-(psig) `,S I 9:A �F 7-•4}s 030 C. CkLOERON URMGU -f� 132tl96 ONAL G 03l31f1023 Adtl"ntlum pA J < THE SEAL APPEARING ON IRIS LL 5 DOCUMENT wAs AVIHOR12E0 BY HUGOC, CALDERON UPJOSTEDUI, RE B732 WALTFRA71DNOFA Z SEALED DOCUMENT WITHOUT y. C PRoPER NOTIFIcA PoN TO THE RESPONSIEILE ENGINEER 15 AN orreNSE UNDER THE TEXAS ENGINEER{NG PAACTICF qCT, THE ul O 5 APPROXIMATE SHEETTOTALS(LINEAR FEET) RECORD COPY OF THIS DRAWING IS SIZE 8. MATERIAL BE TO BE TO BE ON FILE ATTHE OFFICES OF HALFF ASSOCIATES, 1201 NORTH DOWSER, _a O "'TO INSTALLED ABANDONED REMOVED RICHAROSON, TEXA575mA1. TBPELs co 0 I 8"RODE S00 FT. NIA NIA ENGINEERING FIRM 03t? Q ED CLIENT PM: SUZANNE ABBE J (� CLIENTPROJ.#: NO.103011 1 0 HALFF PROJ. A 042617.001 I W ISHEFTTITLE U VCWRF ADDITIONAL GAS SERVICE BIO-SOLIDS DRYING FACILITY UJ PIPE TABLE TARRANT COUNTY, TEXAS N N CITY OF FORT WORTH Q TESTING PIPING SPECIFICATIONS DESIGN DATA U' REQUIREMENTS LAYOUTDESCRIPTiON DO W T PIPE SYSTEM DESIGN TEST TEST PLAN AND PROFILE Q DESCRIPTION M,A.O.P. PRESS. PRESS. DUR. Z {IN.) pN.) GRADE PSS.G- P.S.I.G. P.S.LG. HRS HALFF SHT. tic LD W HDPE, OR 11 8.625 0.784 PE4710 55 125 ISO "• _ H104 SH: la OF 6 ••°REFER TO PROJECT SPECIFICATIONS Q CORNER FAOILR'.' TiE-iN2 Y 4. u I s } [RECEIVER &SEPARATOR t S ' o L - 0 rI d I W I L . I I PROP, B• HDPE r OVERALL LAYOUT SCALE: UT-S. 271 DRAIN CAP DETAIL SCALE: N.T.S. GENERAL NOTES: I. ALL PROPOSED PIPE TO MAINTAIN 2' MINIMUM FROM ALL UTILITIES. I I CAUTION I I 2, ALL UNDEROROUNDUTILITIES TOBELOCATED PRIOR BEWARE OVERHEAD ELECTRIC TO CONSTRUCTION. 3. PROPOSED AND EXISTING PIPELINES TO BE LOCATED & STAKED PRIOR TO CONSTRUCTION. 4. USE ONLY THOSE MATERIALS LISTED. IF NECESSARY LEGEND: (DELIVEHY, AVAILABILITY, STOCK, ETC.), MATERIALS OF BSTITUTEO ogANSI RATING MAY BF MAGENTA - PROPOSED POLY 5. WALL THICKNESS MISMATCHES OF PIPE TO PIPE OR FITTING TO PIPE GREATFR THAN 3l32"(0.094)MUST BE RED - PROPOSED STAINLESS STEEL TRANSITIONED TO A 4:1 SLOPE. 6. FOR MATERIAL USE THE LATEST SPECIFICATION. BLUE E - EXISTING U 7. CONSIDER USE OF PROTECTIVE BARRIER AS NEEDED ABOVE GROUND. B. INSTALL ANCHOR BLOCKS AS NEEDED. 9. ALL PIPING BELOW GROUND SHOULD BE COATED FBE-l5 MIL, (OR APPROVED COATING) R" MIN, ABOVE GRADE 10. MAINTAIN 25' MINIMUM FROM POWER POLE OR OTHER ELECTRIDIGNTRON SOURCES AND ALL STATION PIPING. 11. AND PIPE SIZING HATES.DFStGNrD BY HALFF AND DRAFTED BY HALFF ASSOCIATES. ANDDLA DRAFTED SEPARATOR DRAIN LINE & TIE-IN 2 LAYOUT SCALE: MT = V-0" �Z 0 32 64 SCALE 1d32'=1'-D" FLEE >}. FALi o I& wD r'I ID"= D:TAIu m Po r& N fn #DRYER FACILITYTIE-IN 21 N N 1J f I Id 0 16-4 ILOc� LL W (V mul Co ONF Q C3'b ODCvtn za")w oU_Qm :_N 0�N� ti M N X 2 Z 5 4 F a yak ic a O y o � a Lz4 F N � w d ¢ q 7 p P w I JOHN ORTHO STINNETT, II as 1323010 lKlmon F nuoeNbuMaa - r THE SEM APPEgRING ON THIS L r^!'UMENT WAS AUTHORISED BY IOHN ORTHO STINNETT. IL P.E. _ •132331.ALTERATION OFASEALED e WITHOUT DOCUMENT PROPER NOTIFICATION TO THE RESPONSIBLE ENGINEER Is AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT, THE RECORD GORY OF THIS c DRAWIN" GN FILE ATTHF - IFFICES OF HALFF ASSOCIATES, Ini NORTH BOWSER. HIGHARDSDN, TEXAS 75081_ TSPELS ENO INEF,RINO t FIRM R312 C CLIENT PM: SUZANNE ABBE C CLIENT PRQI. #: NO. 103011 I HALFF PROJ. #: 042617.001 L SHEET TITLE C VCWRHBIOSOUDS DRYER M DGAB LINE B' SS & HOPE INSTALL L TAHRANT COUNTY, TEXAS c CITY OF FORT WORTH ( LAYOUT DESCRIPTION LAYOUT AT DRYER FACILITY HALFF SHIM 9: H2O3 SH: 1_13 OF 6 F C BEVEL TOP CONTINUOUS CONCRETE MOW STRIP, SEE SHT H405, DETAIL 12 GRADE DRIP POT SUPPORT SEE SHT H405, UETAIL 12 -- - - N 24" 0 24" SEPARATOR/DRIP POT PREFABRICATED GRADE I I I u I I I I I I I I I I V ELEVATION - C -J SCALE: 1 1'-O" i 0 1 2 DRIP POT SUPPORT SCALE i'=1'-p" FEET SEE SHT 14405, DETAIL 12- ILEGEND: RED - PROPOSED STAINLESS STEEL MAGENTA - PROPOSED POLY SIDEWALK REPAIR THIS AREA 99D SEE SK Holm, DETAIL 08 i. CORE DRILL, INSTALL LINK SEAL • ANDGROUTVOIDS. FALL t'100 —_ 2" DRAIN TO PIPE CHASE - i SECURELY ANCHOR 2" DRAIN LINE TO CHASE WALL IJSING STAINLESS STEEL SUPPORTS ELEVATION - D SCALE:1" = V-0" 1 0 1 2 SCA4F !'=1'-0' FEET Lo M N e X ad ¢n ol LL �o W n N Q Q LL T. Oorvv) 2l w vF- m m a a [h 0 r= U Z n W U L- W r a 4 Q 4 cc m U 2 a a o � a a o [ZD � Doi � a z W a p � a o 9�pj F �.�ATp JOHN ORTHO STINNETT, II -a 132361 ,�T oamr�r4ra A➢DENDUMN4 THE SEAL. APPEARING ON THIS DOCUMENT WAS AUTHOH1ZEL` Y JOHN ORTHOSTINN ETT, II, P.E. 0132301. ALIERATICN OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE €NGINEER IS AN OFFENSE UNDER THE TEXAS ENGINFERI NG PRACTICE ACT. THE RECORDCOPY OFTHI5 DRAWING 15 ON FILE ATTHE OFFICES OF HALFF ASSOCIATES, 1201 NORTH SOWEER, RICHARDSCN, TEXAS 75051. TSPELS ENGINEERING FIRM R312 CLIENT PM: SUZANNE ABBE CLIENTPROJ. N. NO 103011 HALFF PHI N: 042517.001 SHEET TITLE VC1YRFt3IOS000S DRYER 810GAS LINE W SS 3 HDPE INSTALL TARRANT COUNTY, TEXAS CITY OF FORT WORTH LAYOUT DESCRIPTION ELEVATION C-D HALFF SHT. N: H2O5 SH:2Q OF 55 I 24'-6 M" PIPE SUPPORT SEE DETAIL SW. H408 ELEVATION - N SCALE:1 1'4' 1 D 1 2 SCALE I'=r-o" FEET T-0 114' GRADE PIPE SUPPORT SEE SHT. H406 ELEVATION - P SCALE: V = V-O" w Y a 4-11 114' 46 6 46 56 4" ELEVATION - Q SCALE:1" = 1'-O" f M n N X 35 0 43 43 35 } 9 65 43 Old Lo o CcCc 0 WkO N NF` M OLL OD Cc ui m LL O OTC vJ(A ZQv) EoVad l •N.-�N m cn rL a a a TO co O GRADE m Y Z a R M w =� a o a Cc EC a m U LEGEND: GREEN - ABANDONEWREMOVED MAGENTA - PROPOSED POLY Z o RED - PROPOSED STAINLESS STEEL o U a o � v N � W O 2 z o _ o u a 4 W JOH_ TINNETT, ^ Po�'FRRys}1t5NAL EN6�A��c. 04AYSJ2023 ADDENRum Im J U < THE SEAL APPEARING ON THIS DOCU1 - T WAS AUTHORIZED BY MHN ORTHO STINNETT• II. P.E. A1323p5. ALTERATION OF A SEALED Z DOCUMENT WIIHOUT PROPER >. NOT3FICATIONTGTHERL&PGNS®LE ENGMEER IS AN OFFENSE UNpFqcl THE TEXAS ENGINEERINOPRACTI CE cl ACT -THE RECORD DOPY OF TH3 DRAWING IS ON FILEATTHE OFFICES OF HALFF ASSOCIATES, 12Ut NORTH pGWSER, RICHARDSON, Q TLXAS75E81. TBPEFS ENGINEERING (n FIRM0312 O m CLIENT PM: SUZANNE ABBE CLIENTPROJ-M, NO.103011 + p HALFF PROJ. p: 042817.001 I I j j �HEETTITLE U VCWRFIBIOSOLIOS DRYER BIOGAS VINE > 8- SS 8 HOPE INSTALL LU TARRANT COUNTY, TEXAS CITY OF FORT WORTH Q LAYOUT DESCRIPTION J ELEVATfgN N Q a Z HALFF SHT. #: 9 H209 sH:ZgoF&5 ~ 0 TO DRYER FACILITY 60 0 R" B" PIPE SUPPORT SEE DETAIL SM. H408 26 13 ELEVATION - R SCAALE:1"= 1'-G" 1 0 1 2 SCALE I'-1'-0" FEET GRADE GRADE I 7 ✓3" i 23 PIPE SUPPORT SEE DETAIL BHT. H408 I LEGEND: GREEN - ABANDONED►rREMhOVED MAGENTA - PROPOSED POLY RED - PROPOSED STAINLESS STEEL EXIST. FLANGE 8 PIPE TO BE REMOVED LIPTO PLUG VALVE INSIDE FACILITY ELEVATION - S SCALE: 1" = V-0" N 4N f 7C U. m W � N m � X mZa� X�� zaM� oUrLm= m m a Lq O o z u z Lli 0 0 � m U rn z a � a r IL 2 a V LD w j a ° z z a z � a w a — C: F r s JOHNORTHQSFINNETT, II 132301 ¢ 04A1yA]R3 AODENOUMN THE SEAL APPEARINO CN THIS OOOIMENT WAS AUTHOHITEO BY JOHN ORTHO STINN£TT, II, P.E. XIV301. ALTE RA7ION OF A SEALS➢ OCOI WNT WZOL T PROPER NOTIFICATION TO THE RESPONSULE ENGINEER iS AN OFFENSE UN➢EH THE TEXAS ENGINFLRING PRACTICE ACT: THE RECOR➢COPY OF THIS ➢RAWNG IS ON FILE AT THE OFFICES OF HALFF ASSOCIATES, 1201 NORTH BowaEl, RICNAROSON, TEM 7WS 1. T➢PE IS ENG INE ERINO RRM N312 CLIENT PM; SU7ANNE ABBE CUENTPROJ.d: N0.163011 HALFF PROD. d: 042617.001 SHEET TITLE VCWRFJ53OSOUDS DRYERBIOGAS LINE S" SS & HOPE INSTALL TARRANTCOUNTY,TEXAS CITY OF FORT WORTH LAYOUT DESCRIPTION ELEVATION R-T HALFF SHT. d: H210 1 SH:25OF05 BILL OF MATERIALS I MARK CITY UNIT DESCRIPTION I 2T-3 1l2" FT -IN PIPE, 2.375" OD, 0.218-WALL. ASTM A-312 GR. TP304, SMLS. BARE, ARE 2 T-3" FT -IN PIPE, 3.5" OD, 0.120' WALL, ASTM A-312 GR. TP304, SMLS, BARE, BHE 3 25-7 112" FT -IN PIPE, 4.5' OD, 0.120" WALL, ASTM A-312 GH. TP304, SMLS, BARE, BBE 4 9--9' FT -IN PIPE, 6.625" 0D, 0.134' WALL, ASTM A-312 GR. TP304, SMLS, BARE, ARE 5 11'-2" FT -IN PIPE, 6.625- OD, 0.134' WALL, ASTM A-312 OR, TP304, SMLS. FBE, BRE 6 @0'-B- FT -IN PIPE, 8.625' OD, 0.148' WALL, ASTM A-312 GR. TP304, SMLS, BAR$ BRE 7 141'-8" FT,IN PIPE, 8.625" OD, 0.148"WALL, ASTM A-312 OR, TP304, SMLS, FBE, ABC I 8 8 EA TRANSITION 8 WILD X PE 4710 SDR11 9 3 EA ELBOW, WELD, 2', 90'. LR, 0,21W WALL, ASTM SA40315A 403M, 304L, ASME 815.9 30 1 FA ELBOW, WELD, 3", 901, LR, 0.120" WALL, ASTM SA4031RA 403M, 304L, ASME R16.9 11 2 EA ELBOW, WELD, 4'. 90", LH, D.120' WALL_ ASTM SA4031SA 403M, 304L, ASME B16.9 12 4 EA ELBOW, WELD, 61 LR, 0.134' WALL, ASTM SAIII 403M, 304L, ASME 816.9 l3 12 EA ELBOW, WELD, 8", 90", LR, 0.148- WALL, ASTM SA4031SA 403M, 3041_, ASME B16.9 14 4 FA ELBOW, WELD, 8-. 45', SEGMENTABLE, 3D, 0,148" WALL, ASTM SA4D315A 403M, 304L, ASME 816.9 15 1 EA TEE, WELD, 6', 0.134" WALL, ASTM SA4031SA 403M, 304L, ASME B16.9 16 2 EA TEE, WELD, 8'. 0.148- WALL, ASTM SA403ISA 403M, 304L, ASME 016.9, WITH PIG BARS 17 1 EA TEE, WELD, S', 0.149" WALL, ASTM SA40WSA403M, 304L, ASME 1316.9 18 2 FA TEE, RED, WELD, 9' X 3", 0. 148" RUN X 0.12D' WALL, ASTM SA4031SA 403M, 304L, ASME 816.9 19 4 EA TEE, RED, WELD, W X 4", 0.148" RUN X 0.120' WALL, ASTM SA40TSA 403M, 304L, ASME 816.9 20 3 EA TEE, RED, WELL), 8" X 6', D.148' RUN X 0.134" WALL, ASTM SA40318A 463M, 304L, ASME 816.9 21 1 EA CONIC. REDUCER, WELD, 8' X 3", 0.148" X 0.120" WALL, ASTM SA4031SA 403M, 304L, ASME 016.9 22 2 EA CONC. REDUCER, WELD, 8' X 4', 0.148' X 9.12D" WALL, ASTM SA40315A 403M, 304L, ASMF 816,9 23 2 EA GONG. REDUCER, WELD, 8" X 6", DA48" X 0.134' WALL, ASTM SA4031SA 403M, 304L, ASME 816-9 24 3 EA FLANGE, 2", HF, WN, 160 ANSI, 1.939" BORE, ASTM A-192, OR. TP304, ANSI 816.5 25 7 EA FLANGE. 3", RF, WN, 150 AN51, 3.280" BORE, ASTM A-192, OR. TP304, ANSI B16.5 26 6 EA FLANGE, 4", RF, W14,150 ANSI, 4.280' MORE, ASTM A-182. GR, TP3O4, ANSI B16.5 27 2 EA FLANGE, 4", RF, WN, 39D ANSI, 4.026" BORE, ASTM A-182, GR. TP304, ANSI Bib -5 28 13 EA FLANGE, 6', RF, WN, 15D ANSI, 6.357" BORE, ASTM A-182, GR, TP304, ANSI 818.5 j l 29 17 EA FLANGE, 8", RF, WN, 15D ANSI, 8.329' BORE, ASTM A-182, OR. TP304, ANSI 1316.5 30 2 EA FLANGF, 6", RF, BLIND, 150 ANSI, ASTM A-182, GR. TP304, ANSI B16.6 I 31 2 EA FLANGE, 9'. RF, BLIND, 15D ANSI, AATM A-182, GR. TP304, ANSI B16-5 32 3 EA (4) BOLT, STUD. 518" X 3 112' LG, BLACK ALLOY STEEL, ASTM A-193 OR. B7, Wl ASTM A-194 OR 2H HEAVY HEX NUT EACH, CAD PLATED, (FOR 2.375, 150 ANSI RF FLANGE) 33 7 EA (4) BOLT, STUD, 519" X 3 314" LG, BLACK ALLOY STEEL, ASTM A-193 GR. 87, Wf2 ASTM A-194 GR. 2H HEAVY HEX NUT EACH, CAD PLATED, (FOR 3.5", 150 ANSI RF FLANGE) 34 2 EA (4) BOLT, STUD, 518" X 61 M" LG, BLACK ALLOY STEEL, ASTM A -In OR. B7, W12 ASTM A-194 OR. 2H HEAVY HEX NUT EACH, CAD PLATED, (FOR 2,375'. 150 ANSI RF FLANGE) 35 20 EA (8) HOLT. STUD, 314" X 4 1(2" LG, BLACK ALLOY STEEL, ASTM A-193 OR, 137. W12 ASTM A-194 OR. 2H HEAVY HEX NUT EACH. CAD PLATED. (FOR 8.6z5', 150 ANSI RF FLANGE) (8) BOLT, STUD, 3!4' X 4 114' LG, BLACK ALLOY STEEL, ASTM A-193 OR. B7, W12 ASTM A-194 OF. 36 15 EA 2H HEAVY HEX NUT EACH, CAD PLATED, (FOR 6.625', ISO ANSI RF FLANGE) 37 2 EA (8) BOLT, STUD, 314' X 5 114' LG, BLACK ALLOY STEEL, ASTM A-193 OR, 137, W12 ASTM A-194 OR 2H HEAVY HEX NUT EACH, CAD PLATED, (FOR 4.5', 30O ANSI HF FLANGE) FOR INSULATING KIT PIPE SPECIFICATIONS DESIGN DATA MAX O.O. WALL PIPE ACTUAL CLASSOR DESIGN PRESS. DESIGN P.S.I.G. DESIGN MARK DESCRIPTION INCHES THICKNESS GRADE CLASS CWpANOG FOH ANSI FACTOR s. 100% PRESSURE INCHES RATING USED S.M.Y.S. ALLOWED (PSIG) 1 PIPE 1.315 0.170 304L AS 3 NA NIA 0.5 6806 3403 2 PIPE 11315 -0.179 304L SS 3 WA NA 0.5 6A06 3403 3 PIPE 2,375 0.218 3U4L SS 3 WA NIA 0.5 4589 2295 4 PIPE 2.375 0218 304LSS 3 NA NIA 0.5 4589 2295 5 PIPE 3.5 0.12 304LSS 3 NIA NIA 0.5 1714 857 6 PIPE 3.5 0.12 304LSS 3 N/A MA 0.5 1714 857 7 PIPE 4.5 11.12 304L SS 3 NIA MA 0.5 1333 661 8 PIPE 6-625 0.134 304L SS 3 NIA NIA 0.5 1011 506 9 PIPE 6t625 0.134 3D4L SS 3 NIA NIA 0.5 1DI1 506 10 PIPE 8.625 0,148 304LSS 3 NIA MA 0.5 ASA 09 11 PIPE 8.625 0.148 304LSS 3 NIA NIA 0.5 85B 429 FLANGE 2.375 0.218 304LSS 3 150 285 0.5 MA 285 FLANGE 3.6 0.12 304LSS 3 150 285 0.5 WA 285 FLANGE 4.6 0.12 304LSS 3 150 285 0.5 NA 285 FLANGE &625. 0.134 304LSS 3 160 285 0.5 MA 285 FLANGE SAPS 0.148 304LSS 3 150 285 0.5 NIA 285 FLANGE 8.625 0.148 304L SS 3 150 285 0.5 NIA 285 FITTING 1.315 0.179 304LSS 3 NfA NIA 0.5 6806 3403 FITTING 2.375 0.218 304LSS 3 NIA WA 0-5 4589 2295 FITTING 2.375 0.218 304LSS 3 WIN WA 0.5 4589 2295 FITTING 3.5 0.12 304LSS 3 N!A WA 0.5 1714 857 FITTING 4.5 0.12 304L SS 3 MA WA 015 1333 667 FITTING 6.625 0.134 304L SS 3 MA MA 0.5 1011 506 FITTING 8.625 0.148 304L SE 3 MA NIA 0.5 858 429 VALVE 1.315 NIA MA 3 150 285 0.5 MA 286 VALVE 2-375 NIA WA 3 150 285 0.5 MA 285 VALVE 45 NIA NIA 3 150 285 0.5 MA 285 VALVE 6.625 NIA NIA 3 150 285 0.5 NIA 285 VALVE 8.625 NIA NIA 3 ISO 285 0.5 NIA 285 BILL OF MATERIALS BILL OF MATERIALS MARK CITY UNIT DESCRIPTION I I MARK CITY UNIT DESCRIPTION 313 ` FIB 4 EA 8 EA (8) BOLT, STUD, SIB' X 3 314' TO, BLACK ALLOY STEEL, ASTM A-193 OR. 07, Wl2 AST" A-194 GR. I I VALVE, BALL, 2", SW, 3000N WOG, AS BODY, MFG STD THIMMALUSEATIPAOKING, PULL PORT, 2H HEAVY HEX NUT EACH, CAD PLATED, (FOR 4.5", 150 ANSI RF FLANGE) FLOATING BALL, IA TURN GASKET, 2", 150 CLASS, 304L INNER RING, 304L FLEXICARB WINDING AND CS OUTER RING, VALVE, GLOBE, 2', RIP, FLG, ISO ANSI, 304SS BODY, API 60, APL 6FA, MFG STD 39 5 EA FLEXILALLIG COL. OR EQUAL I 69 1 EA TRIM!SEATIPLUGfBONNETIPAGKING, HW GASKET, 3', 150 CLASS, 304L INNER RING, 304L FLEXICARB WINDING AND CS OUTER RING, VALVE,BODY, MFG GLOBE, 4", RF, FLG, 150 ANSI, 316SS BMFG STD 40 7 EAGASKET, CGI OR EQUAL I 70 1 EA TRLM/SEATIPLUGIRONNETIPACKING, HW, API 6D GASKET 4" 150CLAS5 304L INNER RING J04L FLEXICARB WINDING AND CS OUTER RING VALVE PLUG 3" RF FLG 160 ANSI 45S BO S 30 DY MFG STD, PLUG! SONNETIPAGKING SHORT 41 6 EA FLEXITALLIGCGI OREQUAL 71 3 EA PATTERN, 114TURN.API AD, FTOF-8' 42 i5 EA GASKET, F. 160 CLASS, 304L INNER RING, J04L FLEXICARB WINDING AND CS OUTER RING, VAL E, R U F. 2' 3' RAF, 150 ANSI k 1'60 ANSI, CONE i NAL PRIN - �P RA E , "J" FLEXITALUG CGI OR EQUAL 1 72 1 FA ORIFICE (2J3), SS BODY, SOFT SEAT, (WET H2S. CO2 & CH4 COMPATIBLE MATERIALS), SET GASKET, 8", 150 CLASS, 304L INNER RING, 304L FLEXICARB WINDING AND GS OUTER RING, 75 PSIG ` `'ANSI, \ ` 43 20 EA FLEXITALLIC CGI OR EQUAL VALVE.ALI�F, ¢" X E" F�F, 750 AN 7 X 16,A S , FL6 SAFE F70PR �l Ft00 INSULATING GASKET KiT, 4", 30D ANSI, RF, TYPE "F-, VITON FADED 0-10 GASKET, DOUBLE 73 I EA P70HP-06RF3-08RFI-SS-SS-VVPT, SET 4A 15 PSIG 44 2 EA INTEGRAL WASHER SET WITH G-10 WASHERS AND SLEEVES, PSI LINE BACKER OR REGULATOR, FLO, 4" MOONEY FLOWMAX HP, 50 h THROTTLE PLUG, STOCK NO. FM-16T, ASTM EQUIVALENT 74 1 EA A216 WCR. CMO RF, NITRITE SOFT GOODS; SERIES 22 SS PILOT WI RED (FP-59) SPRING (3-12 45 4 EA NIPPLE, 1 ", (XH) X 3' LG PIPE, ASTM A-403 OR. TP3D4, SMLS, SI80 PSIG), TYPE 32S SS FILTER, C-MNT 1 46 21 EA NIPPLE, I!2', (XH)X'3" LG'PIPE, ASTM A\-403 GF. TP3b4, SMLS. S18o] 75 - EA R'EMOVEP 47 4 EA NIPPLE, 2', (XH) X4' LG PIPE, ASTt,A A-403 dFr. TP30� A M S S/Bp I 76 EA REMOVED 77 EA REMOVED 48 _ 18 SEA PLUG HEX HEAD 1I2" SOLId THRD AS61EB16.11 ASTM A182 R F3W 49 4 EA PLA, HEX HEAD, 1", SOLID, THRD, ASME B16.11. ASTM AI82, GR. F3D4L 1 CLOSURE, QUICK OPENING, 3. 150 ANSI, YALE�FIG, 500, VERTICAL, VITOO NG MATERIAL, 1 111 3 EA WIPAV, CAP TAPPED 02" NPT & PLUGGED, 3", 0.120" WALL, 3.260" ID, GRADE GR. TP304 PIPE, Wl ` 50 4 EA PLUG, HEX HEAD, 2', SOLID- THRD- ASME B76.11, ASTM At Liz, OR. F304L 0.5 D.F. 51 I EA ELBOW, SW, 1/2'. 90', 3000041, ASTM A182 3D4L, ASME B16.11 I 79 1 EA ANTHES WEATHER CAP 3' 52 2 EA ELBOW-C,LET, SW, 6" X 1". 3000, ANSI 916.11. ASTM A182 304L I 80 1 EA ANTHES WEATHER CAP 8' 53 I EA ELBOW-O-LET, SW, W X 1", 30ODN, ANSI B16.11, ASTM A182 304L I 1 ' ' ' ' ' ' ' ' ` i*RANSt1AliTgH,'PR1:S§L)hE IN6ICA-rrNd, ❑TAFTHTiALiM XCTUA7€O, 316s9 Obi FCA&EU& t " 54 2 £A SOCK-O-LET, 2" X 112", 30000, ANSI B16A k, ASTM AI82 304L I 81 3 EA DIAPHRAGM; GAUGE PRESSURE, 1-150 PSIG RANGE; 4-20MA HART OUTPUT; 2-WIRE LOOP POWER; NEMA 4X, CLASS I, DIV 1; PTFE OR PE INSULATED WETTED PARTS; 11Z' FNPT PROCESS 55 3 FA SOCK-O,LET, 3" X 112% 30009, ANSI.1316.11. ASTM At B2 304L I CONNECTION Wl INTEGRAL 112' MNPT X MNPT AS MANIFOLD 56 2 EA SOCK O-LET, 4" X I12", 3000N, AN51 B16.11, ASTM AI82 304L I 82 1 FA LICFUID LEVEL TRANSMITTER, 1 112"NPTM, ROSEMOUNT MODEL 3300 67 I EA SOCK-O-LET, 6" X 1", 3000H. ANSI OIBA 1, ASTM A€82304L 83 1 EA PROBE, HEX THRD- ROSEMOUNT 330o SERIES 58 5 EA S/OCK-O-LET, W XX 1 39009, ANSI BIG-11, IASTM AT B2 304� 84 2 EA ACTUATOR, QUARTER TURN, ELECTRIC, HAROLD BECK, MODEL 11-260, 250 LB -FT MAXIMUM 1 59 2 •EA SOCK-O-LET, 6' X 2', 3000N, AN;I Bl8' 1, ASTM A782 304E TORQUE SEPARATOR, VERTICAL, 24" OD X 21'-3" FFIS, 3041304L, CL150 RF, 8" INLETfOUTLET CONN., 24" 1 �611 7 EA SdC9 C=LE`TL6- 9Ih- 5DG0N, ANSI Bl;.1l, KS1'M ail11"2304 1 �I � 85 1 EA TOP FLG, DESIGN 75 PSIG @ -20 TO 126°F, 1/2 VAC, INTERNAL MIST ELIMINATOR, INLET 61 • 2, SO EA CK-O-LET, 8" X 2", 30DO.,A, ANSI 616.11. ASTM A182304L I IMPINGEMENT BAFFLE, INTERNAL DIP TUBE LIQUID OUTLET VALVE, HALL, 2'. ANSI 1509, RF- FLG, 304SS BODY, API BD, APi 6FA, BOLTED BODY B6 I FA FILTER -SEPARATOR, PARKER HANNIFINIPEQO, 20" OD, 8" INLETIOUTLFT CONN, CL150, AS, 62 1 EA CONSTRUCTION, FULL PORT, LEVER OPERATED WITH POSITION INDICATOR AND LOCKING SERIES 75H, MODEL75HAX-4-fi40-20-60-WP, DESIGN 50 PSIG @ -20 TO 12WF, PLUS SKID DEVICE 87 1 FA 2" HOPE TERMINATION CAP MESH SGREFN VENT COVER VALVE, BALL, 4", ANSI 150N, FIR FLG, 319SS BODY, API 613, AP16FA, BOLTED BODY 1 88 E EA ELBOW-O-LET, SW,-8' 7( 1%2', 3000A. ANBI B76.11, ASTM AI82 304444� 63 2 EA CONSTRUCTION, FULL PORT, LEVER OPERATED WITH POSITION INDICATOR AND LOCKING i__-_-_ _ DEVICE VALVE, BALL, 6% ANSI 1501t, RF. FLG, 304SS BODY, API ED, API 6FA, BOLTED BODY 94 6 EA CONSTRUCTION, FULL PORT, LEVER OPERATED WITH POSITION INDICATOR AND LOCKING _ DEVICE VALVE, BALL, 8", ANSI ISDN, FF. FLG, 316SS BODY, API 60, API 6FA, BOLTED BODY 65 8 EA CONSTRUCTION, FULL PORT, LEVER OPERATED WITH POSITION INDICATOR AND LOCKING DEVICE 68 4 6A VALVE, BALL, 1', SW, 30000 WOG, SS BODY, MFG STD TRIMIBALL/SEAT/PACKING. FULL PO�11 FLOATING BALL, IM TURN 67 , 20 , •EA V,�LVE, BALL, 7T2T, 55�V, 30bON W(]G. SS BOOV, TuIFti ST➢ TFIMI9AI.LlSEATI ACK N , F L P \ FLOATING BALL, 114 TURN PIPE DATA TESTING REQUIREMENTS DESIGN INTERTEST INTERNAL MIN.TEST MINIMUM MAXIMUM COATING FIELD JOINT LONG FIELD JOINT MAOP HOOP PRESSURE TEST TEST DURATION TEST X-RAY SPECIFICATIONS COATING SEAMMEDIUM TYPE PSIG STRESS% RATIO PRESSURE PRESSURE MEDIUM ( ) SMYS LIPR) (PSIG) (PSIG) (HOURS} loci 1.6 2.2 250 350 8 WATER 100 BARE BARE ERW WELDED 100 1.5 2.2 250 350 8 WATER 100 FBE-15 MIL 2 PART EPDXY ERW WELDED IOU 2.2 2.2 250 350 B WATER 100 BARE BARE FRW WELDFO 10D 2.2 2.2 250 350 6 WATER IUD FBE-15 MIL 2 PART EPDXY ERW WELDED too 5.8 2.2 250 250 8 WATER HID BARE BARE ERW WELDED 100 5.8 22 26D 350 8 WATER 100 FBE-15 MIL 2 PART EPDXY ERW WELDED toll 7.5 2.2 25D 350 8 WATER foci BARE AARE NIA WELDED toll 9.9 2.2 250 350 8 WATFR IUD BARE RARE NIA WELDED 100 9.9 2.2 250 350 8 WATER 100 FBE-15 MIL 2 PART EPDXY NIA WELDED 100 11.7 22 250 350 B WATER too BARE BAHE MA WELDED 100 11.7 2.2 250 350 8 WATER io0 FBE-15 MIL 2 PART EPDXY NIA WELDED IUD NA 2.2 260 350 B WATER 100 RARE BARE NIA WELDED too NIA 2.2 250 350 8 WATER IOU CARE BARE NIA WELDED 100 N/A 2.2 250 350 8 WATER 100 BARE BARE NIA WELDED 100 NIA 2.2 250 350 B WATER 100 BARE BARE NIA WELDED Ion NAA 22 250 350 8 WATER 100 BARE BARE NIA WELDED 100 NIA 2.2 250 350 8 WATER Too FRE-15 MIL 2 PART EPDXY NA WELDED 100 1.5 2.2 250 350 8 WATER 300 BABE BARE NIA WELDED HID 2.2 22 no 350 B WATER 100 FBE-16 MIL 2 PART EPDXY NIA WELUED 100 2.2 22 260 350 8 WATER 100 BARE BARE NIA WELDED 100 5.8 2.2 250 350 9 WATER 100 BARE RARE NIA WELDED 100 7.5 22 250 350 8 WATER 100 BARE BARE NIA WELDED too 9.9 22 250 350 0 WATER 100 BARE BARE NIA WELDED 100 11.7 2.2 250 350 8 WATER 100 FBE-15 MIL 2 PART EPDXY NIA WELDED 100 NIA 22 250 350 8 WATER NIA BARE BARE NIA MECHANICAL IUD MA 2.2 250 350 8 WATER NIA BARE BARE NIA MECHANICAL Ion N/A 2.2 250 350 8 WATER NIA BARE BARE NIA MECHANICAL 100 NIA 2.2 40 350 8 WATER NIA BARE BARE NIA MECHANICAL 100 MA 2.2 250 350 8 WATER NIA BARE BARE MA MECHANICAL Van I O N U. a ED ro DP, N_ LL LL CCI BEaN¢_ 0Qo-,to ■EE w ��a oU�m MEN T LC N H- m w rn a o � W ' Y x O U Z 0 C Ow a W ppj 0 7 0 0 Y_ ¢ ¢ m U JOHN ORTHOSTINNETT, II k32301 �o�ss 10hr0.l� }} IHA312D2a J U THE SFAL APPEARING ON THIS LL DOCUMFNT WAS AUTHORIZED By JOHN ORTHOSTWNETT, II, P.E. 01323M. ALTERATION OF ASEALED Z DOCUMENT WITHOUT PROPER } NOTIFIGATIONTOTHE RE$PONSIRLE fr ENGINEER IS ANOFFENSE UNDER ❑ THE TEXAS ENGINEERING PRACTICE N ACT, THE RErDRDCOPVOF THIS DRAWINGISONF3LEATTHE ❑ _ OFFICES OF HALFF ASSOCIATES. .J 1201 NORTH BOW'SER, RICHARDSON. Q TEXAS TSOSI. TRPELS ENGINEERING (1) FIRM Am Q CLIENTPM: SUZANNE ABBE I CC CLIENT PROD. N: NO. I03011 I Q HALFF PROJ. A: 042617.001 ! L(,I SHEETTITLE U VCWRFJBIOSOLID9 DRYER DIOGAS UNE > B" SS & HOPE INSTALL w TARRANT COUNTY, TEXAS In CITY OF FORT WORTH Q LAYOUT DESCRIPTION BILL OF MATERIALS Q Z HALFF SHT. A: 0 ~ H211 SH:26OF65' ❑ Q NNNa. - 1 20 LP OF ASPHALT PAVEMENT TRENCH REPAIR (SEE RETAIL SHEET R402) D LP OF PROP. FILTER TUBE , l BARRIER FREE W F tlF ASPHALT PAVEMENT NCH REPAIR (SEE DETAIL ET H402) dli • 26 I OF ASPHALT PAVEMENT ,. LRENCH REPAIR (SEE DETAIL SHFET H402) L— —U{IIE -�N -- w —7 95 SV OF PROP. SEEDING L �FYL.JS fAG �a�AS w - ' —If— 0 ' ell i VILLAGE CREEK WATER RECLAMATION FACILITY ' _ AL c P- PROSILT FENCE 1135 SY OF I ! i �v. +, [i+-(1P. SEEDING �j , .W. FREESE AVE. 1- I i — '. �+- :I� •� i_ L L T" Uih 'r� Y� Qv _ Lfl - iiY L �G IE �JE f:lE V{'IT L a Til If 11RI L>iil .' •� -!JWIE I' T • O..le iMlt S' If LIa'€ — r T" �y�..{.�..x r+ •rt �.:�r •rr; �r.,.,,•ti•.i��f...+r.`�_;' :;'':-Jx',-r'- '-'a. �. ..:f" 1. 1^yDn-rT ,,.•,•, '4L li+nn. - •• - - 11�+nn - . nn�F--s' 14-011 •- - - - ' tFW.�— ..'}Q �sF fc ' I 4 vRpP. HOPE (DR-f1S - f If -I )04 SY OF CONCRETE CHANNEL CiA6 LINE Ir ! IREPAIR (SEE DETAIL SHEET H4D3) I I Ltt 17Lh5 I;Ai —!in6 -.mt, � r_.a •--++t C.A1 iA-5 i••• r---Ar — GAS — dk= rLE DAC f'4.5 Eh: 1011 - =i_, — _An nx,.. X 0 40 en SCALE IN FEET 7 ti IL aD U. W ILn cN LEGEND: oF- PROPOSED SILT FENCE —9F --SF — 0 LL PROPOSED SEEDING Of m W Tx- EXISTING ASPHALT �{ ME 2 ff an 111 EXISTING CONCRETE •�' ° u • n NEW _ PROPOSLDASPHALT •� �• PROPOSED CONCRETE �•N -•,'•y -won .' °j u EJ r x PROPOSED CONSTRUCTION R }•pp co 4 ENTRANCE)EXIT p PROPOSED GRAVEL ~ ~ 1y Z FILTERTURE N n W TREE REMOVAL o o ry (L U z z z o a a n m w z � w � z z z � }} 9 � W OF a ��w 0G0 C. ruDERoy LRIQS7EGU `�SIDNAl 6� gsrsl)zvzs Atltlendum 4/ J THE SEAL APPEARING ON THIS APPROXIMATE SHEET TOTALS DOCUMENT WA6 AUTHORI2E0 RY HUG. C. CALDERON URIOSTEGUI. I Z PROPOSED SILT FENCE 2.783 LF P.E- M734ggg. ALTERATION OF A SEALED DOCUMENTWITHom } PROPER NOTIHCKHON TOTHE (�+ PROPOSED SFrOtNG 2.012 SY RESPONSIBLE ENGINEER IS AN DTTENSE UNDER THE TEXAS PROPOSED ASPHALT PAVEMENT 189 LF EN'INEERINGPRACTIL'E ACT. THE RECORD COPY OF THIS ORAWINGIS PROPOSED CONCRETE PAVEMENT uN NLEATTHE OF}TCES OF HALFF ASSOCIATES, 12DI NORTH GOWSER, J O RICHARDSON, T'EXAR 75081-TEPELS D? PROPOSED CONCRETE SIDEWALK 355 SF ENGINEERING FIRM#312 U PROPOSED CONCRETE CHANNEL 984 SY (CLIENT PM: SUZANNE ABBE BARRIER FREE RAMP 1 EA 1 CUFNTPROJA: No. 103011 Q T r' HALFF PROJ. 9: 042617.DO1 LL LU BE RE.� 1 TREES TO BE REMOVED 4 SHEET TITLE U VCWRF ADDITIONAL GAS SERVICE BIG -SOLIDS DRYING FACILITY N TARRANT COUNTY, TEXAS N CLTY OF FORT WORTH Q LAYOUT DESCRIPTION GENERAL NOTES ,1 HALFF SHT, N: O H302 SH:$QOF65 F^ O O -- Q CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO. 5 To the Plans, Specifications & General Contract Documents VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY City Project No. 103011 Addendum No. 5: Issued April 6, 2023 Bid Opening Date: April 13, 2023 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 (00 41 00 BID 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 Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility are hereby revised by Addendum No. 5 as follows: 1. Pre -qualified Contractors for each Major Work Type are listed below (in alphabetical order): Major Work type: HDPE Gas Main — 8-inch diameter and smaller a) Driver Pipeline Co. b) Ironhorse Unlimited, Inc. c) R Construction Company Major Worts type: Stainless Steel Gas Line 8-inch diameter and smaller a) Driver Pipeline Co. b) Ironhorse Unlimited, Inc. c) R Construction Company Major Work Type: HDD Gas Main Boring - 12-inch diameter casing and smaller a) Driver Pipeline Co. b) Ironhorse Unlimited, Inc. c) R Construction Company d) Sabine Constructors/ TWS Drilling ADDENDUM NO. 5 Issued: April 6, 2023 Major Work Type: Gas Processing Equipment a) Driver Pipeline Co. b) Ironhorse Unlimited, Inc. c) R Construction Company 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. RECEIPT ACKNOWLEDGEMENT: Brody Maedgen, UPICQA By: Huqo Calderon, PE Company: Halff Associates. Inc. Address: 1201 N. Bowser Rd. City: Richardson State: TX HUCO CALDERON 132096 NA E P.E. NO. DATE Aoril 6.2023 TBPELS ENGINEERING FIRM #312 Chris Harder, P.E. Water Department, Director /oikl S X f] 4 By: Tony Sholola, P.E_ Water Department, Assistant Director i ADDI$NDUM NO. 5 Issued: April 6, 2023 00 11 13 INVITATION TO BIDDERS Page l of 3 SECTION 001113 INVITATION TO BIDDERS RECEIPT OF BIDS Scaled bids for the construction of Village Creek Water Reclamation Facility Additional Gas Line for Biosolids Drying Facility, City Project No.103011 ("Project') will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, February 23d, 2023 as further 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. In Iieu of delivering completed Business Equity (MIWBE) 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: 20 LF 6" Stainless Steel Gas Line by Open Cut 180 LF 8" Stainless Steel Gas Line by Open Cut 5,600 LF 8" HDPE Gas Line by Open Cut 1,350 LF 8" HDPE Gas Line by other than Open Cut Installation of Filter Separator Installation of Gas Line Regulator 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.fortvvorthtexas.goy/purchasingl 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 httDs://docs.b360.autodesk.com/shares/6dd7l.72d-1 a48=4aea-aMl-a5ee392b82d4 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised 12/20/2022 CITY PROTECT NO. 103011 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Addenda Folder httDs://docs. b360.autodes k.com/s hares/98beff3b-4640-4730-8963-f374f33879fO Plan Holders Registration Form and Plan Holders List httDs://docs. b360,autod es k.com/shares/a2ebf5ac-227d-472d-b5df-63250623cg6 i Copies of the Bidding and Contract Documents may be purchased from Halff Associates, Inc. which is as follows: 1201 N. Bowser Rd., Richardson, Texas 75081 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 drawings: $75 EXPRESSION OF INTERSEST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest 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://fortworthtexas.aov/l)urchasin&/ 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: February 15, 2023 TIME: 10:00a.m. (CST) PLACE: 4500 Wilma Ln Arlington, TX 76012 LOCATION. Village Creek Water Reclamation Facility 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. Emailed 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised 12/20/2022 CITY PROJECT NO. 103011 0011 13 INVITATION TO BIDDERS Page 3 of 3 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Suzanne Abbe, City of Fort Worth Email: Suzanne.abbe@ fortworthtexas.2ov_ Phone: 817-392-8209 AND/OR Attn: Hugo Calderon, Halff Associates, Inc. Email: hcalderon@halff.cum Phone: 972-761-1623 ADVERTISEMENT DATES 1" Advertisement — January 12", 2023 2nd Advertisement — January 191h, 2023 END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised 12/20/2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 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. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least twenty one (21) 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: httvs://avp5,.fortworthtexas.gov/ProjectResources/ 3.1.1. Paving — Requirements document located at: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY RevisedfUpdated 2/9/2023 CITY PROJECT NO. 103011 ADDENDUM NO. 2 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 https://apps. fortworthtexas.gov/Prof ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPre(juali fication/TPW %2OPaying %o 20Contractor%2OPrea ual i t i cati on %2O Pro eram/PP.EOUA LIFICATION%20REO UIREMENTS%2OFOR%20PAVING%2000NTRACTORS.udf 3.1.2. Roadway and Pedestrian Lighting - Requirements document located at: htti)s://anns.fortworthtexas. aoviProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPre(ivaI ification/TPW%20Roadwa Y%a 20and%2OPedestrian%2OLiLhtinz%2OPrequalificati on%2OPro g.ram/STREET% 20LIGHT%20PRE0U AL%20REOMNTS .pdf 3.1.3. Water and Sanitary Sewer -- Requirements document located at: https://apps.fortworthte xas.-oov/ProiectResources/ResourcesP/02%20- %2OConstruction %2ODocuments/Contractor%2OPreaualificati on/W ater%20and%o2 OSan itary %n2OSewer%2OContractor%2OPrea ualificati on%20Pro2ram/W S S%20pre a ual%20reciuirements.ndf 3.1.4.Gas Line - Requirements document located at: httr)s:Hdocs.b360,autodesk.com/shares/cO95O3c2-3482-4388-935c-a3ca8980fd4O 3.2. Each Bidder, unless currently prequalified, must submit to City at least twenty one (21) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder 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. CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/9/2023 CITY PROJECT No. 103011 ADDENDUM NO.2 0021 13 INSTRUCTIONS TO BIDDERS In Page 3 of 10 Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder; 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 actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY RevisedfUpdated 2/9/2023 CITY PROJECT NO. 103011 ADDENDUM NO.2 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 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 sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/4/2023 CITY PROJECT NO. 103011 ADDENDUM NO.2 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1, The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3_ The Bidder shall be prepared to commence construction without all executed right-of- way, 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, P.E., 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. CITY OF FORT WORTH VCWRF ADDITIONAL, GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/9/2023 CITY PROJECT NO. 103011 ADDENDUM NO.2 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at htti)s://docs.b360.autodesk.com/shares/98beff3b-4640-4730- 8963-t374f33879flD 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by 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 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act 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 number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165--10-2021 the City has goals for the participation of minority business 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/9/2023 CITY PROJECT NO. t0301 l ADDENDUM NO.2 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: b sJ/codelibrary.amlegal`comicodes/ftworth/latest/ftworth tx/0-0-0-2259 f 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 maybe 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/9/2023 CITY PROJECT NO. 103011 ADDENDUM NO.2 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. 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 time 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 time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. 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. CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised[Updated 219t2023 CITY PROJECT NO. 103011 ADDENDUM NO. 2 0021 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 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the 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 of Interested Parties Form 1295 and the form must he submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httDs://www.ethics.state.tx.us/data/forms/1295/1295.udf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH VCWRF ADDITIONAL, GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/9/2023 CITY PROJECT NO. 103011 ADDENDUM NO.2 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT FOR BIOSOLIDS DRYING FACILITY Revised/Updated 2/9/2023 CITY PROJECT NO. 103011 ADDENDUM NO. 2 0035 13 CONFLICT OF INTEREST STATEMENT Page 1 of I SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror 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, offeror 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. Form CIO (Conflict of Interest Ouestionnaire) (state.tx.us) httns://www.ethics.state.tx.us/data/forins/conflict/CIS.Ddf X1 CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary D9 CIS Form does not apply ❑ CIS Form Is on File with City Secretary ❑ CIS Form Is being provided to the City Secretary BIDDER: By: Brody Maedgen Signature: Title: EVPICOO END OF SECTION CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 24, 2020 CITY PROJECT NO. 103011 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager C/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY City Project No.: 103011 Units/Sections: NA 1. Enter Into Agreement The undersigned 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 specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and In accordance with the other terms and conditionE of the Contract 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 with 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 corporation. 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 bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: 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 deprive City of the benefits of free and open competition. 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 establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 2/9/2023 00 4100 Bid Form ADDENDUM NO.2 0041 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 their 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. HDPE Gas Main - 8-inch diameter and smaller b. Stainless Steel Gas tine - 8-inch diameter and smaller c. HDD Gas Main Boring - 12-inch diameter Steel/HDPE pipe and smaller d. Gas Processing Equipment e. f. 9• h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 360 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 liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times 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, Section 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 maybe required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 219/2023 00 41 00 Bid Form ADDENDUM NO, 2 0041 00 BID FOAM Page 3 of 3 6. Total Bid Amount 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. MIM 7. Bid Submittal This Bid is submitted on Respectfully submitted, _ By: ` (Signature) Brody Maedgen (Printed Name) Title: EVPICOO company: R Construction Civil, LLC Address: P.O. Box 189, Buffalo, TX 75831 State of Incorporation: Texas Email: contracts@rconstructioninc.com Phone. 713-334-5757 END OF SECTION GrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 219/2023 $4,828,791.50 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: BM Addendum No. 2: BM Addendum No. 3: BM Addendum No. 4: B Addendum No. 5: BM Corporate Seal: 00 41 00 Sid Form ADDENDUM NO.2 00 42 43 ntDPROPOSAL Psge 1 of 2 SECTION 00 42 43 PROPOSAL. FORM UNIT PRICE BIB Bidder's Application Project Item Information I Bidder's Proposal ilnit3- - ----- - Wdlisthem No. Description Specification Scetintt 1Vn. 'Unit of 3vte2sure Bld Quantity Unit Prim Bid Value )Furnish and install all items necessary for operational completion of the project including filter separator, skid, I pressure regulator, promss piping, appurtenances, 43 1331 LS fittings, drain lines, pipe supports, bollards, concrete pads and all items not specifically listed elsewhere, complete as specified and indicated in the plans. Furnish and install separator drip pot and all items necessary for operational completion including, 2 appurtenances, fittings, process piping,drain lines, pipe 43 13 31 LS 1 supports, bollards, mow ships, complete as specified and indicated in the plans. 3 8 HDP]? Gas Line (including fittings and all (p g 333115.1 LF 5,640 appurtenances) By 0 en Cut 8 14M Gas Line (including fittings and all .....1.'.`.._...._...._���n�� 4 appurtenances) By Other'T'han Open Cut (Sta 5+92 to Sta 3305 19 LF 208 ��?(� � � t &46 8+00) 8" HDPE Gas Line in 12" Casing By Other Than Open .._.._._.._._......._ ...._...... - - 5 Cut (including fittings and all appurtenances) (Sta 52+90 3305 19 LF 1,133�=gyp r�jC3U to Sta 64+23) 8" Stainless Steel Gas Line (including fittings and all 6 appurtenances necessary for pressure vessels and 3331 15.2 LF 104 regulator station) By Open Cut (Sta 0+07 to Sta 0+40) & (Sta 69+32 to Sta 69+81) 8" Stainless Steel Gas Line (including fittings and all 7 appurtenances for pig traps) By Open Cut (Sta 4+05 to 3331 15.2 LF 75 44W 30,000 Sta 4+28) & (Sta 684-30 to Sta 68+67) 8 6" Stainless Steel Gas Line (including fittings and all 3331 15.2 LF 23 a(3 GC3 appurtenances) By Open Cat 9 Connection to Existing 6" Gas Line (including fittings 33 12 15.2 EA 2 � Coo Poo and all appurtenances), N"` 10 Bleetli.cal, all items as specified and as indicated on die 26 00 00 LS I X1 plans 11 Instrumentation & Communications, all items as 40 6) 00 LS I Sd j �rQEaCs specified and indicated in the plans. n7 12 8" HDPF Gas Line, Fine Gradation Crashed Stone 3305 10 CY 25 Embedment 13 8" RDPF- Gas Line, CLSM Embedment 34 05 10 CY 25 �Ad ......_.._---.....__._.__.... V; Soo -- _..... _...... 14 Remove and Replace Fence 0241 13 LF 300 15 Remove and Replace Concrete Channel 32 01 29 SY 2,569 16 Remove and Replace Concrete Sidewalk 32 13 20 SP 360 17 Permanent Asphalt Repair 32 01 17 LF 220 I8 Permanent Asphalt/Chip Seal Repair at Biosolids Drying 3201 17 LF 76 t�C3 '� boo Facility (Sta 65+00 to Sta 71+30) t 19 Remove and Replace Curb and Gutter 321613 LF 100 �..._...-._- -.--.--.__-.- 20 Pavement Markings (Striping) 32 17 23 LF 225 21 Barrier Free Ramp 321320 EA 1'"±00 22 Flex Base Paving 32 11 23 CY 20 a 24 x " TreeRmoval.>&' 31. 1000_ EA 7 l .r.. - - , tQUU _O_ rea reteedon 3116 tltl 1.S 26 Exploratory Excavation of Existing Utilities 33 05 30 EA 15 a"i_Ci A(1.,t_,y CITY OF FORT WORTH STANDARD CONMUCYrON SPRCIFICATION DOCUMHNTS 0042 43 Proposnl Form R"vLsod 413P023 Addaduin No.4 UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Unit 1- Bidiist Item Descriplfon No. 27 Topsoil 28 Seeding, Hvdromulch 29 Utility Markers 30 Trench Safety 31 Traffic Control 32 Construction Staking 33 SWPPP? 1 Acre 34 GPS As Built Red Line Survey 35 Construction Allowance Alternate A - Deduct 8" Stainless Steel Gas Line (including fittings and 00 42 43 131D PROPOSAL Page 2 or2 Bidder's Application Bidders Proposal Spedfieation Smdun No. Unh of Measure ;aid uandt Y Chllt Nrice 13id value 3291 19 CY SpQ I�(........I...__...._...... - 329213 SY 9,361 33 05 26 LS 1 3305 10 LF 5,8471 34 71 13 MO 6 �.?.,........... �a_ 0171 23 LS 1 - _'_ '5 t 31 25 00 LS 11 a1:7 t(766 _. _ _� j 01 71 23 LS 1 .-_.......��_.� .............�._w_ . . LS 1 aoxaao.fla $80.mo_no 9mb-Total Unit 1-14I " (41. 15-0 Al all appurtenances for pig traps) By Open Cut (Sta 4+05 to 33 31 15,2 LF -75 J.��j S(>, icb Sta 4t-28) & (Sta 68+30 to Sta 68+67) Add 8" LOPE Gas Line (including fittings and atl A2 appurtenances) By Open Cut (Sta 4+05 to Sta 4+28) & 33 31 15.1 LF 60 2Ob (Stu 68+30 to Sta 68+671 - - Sub Total Alternative A- ' I'B,CX)6 *Total 1 = Sub -Total Unit 1: $ q a j"� 8 a - C� \ .50 *Total 2 = Sub -Total Unit 1+ Sub Total Alternative A; $ t4 C) 1 1 Ck� , so 147he Cltv reserves the rl6t to award the contract to the lowest responsive bidder of eithor Total I or Total2. END OF SECTION CITY OP PORT WORTH STANoARD CONSTRUCTION SPMVTCATION DOCUMENTS 00 42 43 Proposal Form Revlsed 413AO73 Addendum No. 4 THE CINCINNATI CASUALTY COMPANY CINCINNATI, OHIO Bid Bond PUBLIC CONTRACTS KNOW ALL MEN BY THESE PRESENTS, that we R Construction Civil, LLC as Principal, hereinafter called the Principal, and THE CINCINNATI CASUALTY COMPANY, 6200 South Gilmore Road, Fairfield, Ohio 45014-5141, a corporation duly organized under the laws of the State of Ohio, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obllgee, in the sum of Five Percent of Greatest Amount Bid Dollars ($ 5% G.A.B. ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Water Department VCWRF Additional Gas Service Bio-Solids Drying Facility NOW, THEREFORE, if the Obligee shall accept the bid of the Principal within the period specified therein for acceptance (60 days if no period is specified) and the Principal shall enter into a Contract with the said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the period specified (30 days If no period is specified); or if the Principal shall, in the case of failure to do so, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not to exceed the penalty of this bond, then this obligation shall be null and void; otherwise to remain in full force and effect. Signed and sealed this 13th day of April, 2023 _ R Construction Civil, LLC (Prindpal) (seal) Brady Maerlgan, EVPICOO BY: (77tle) THE CINCINNATI CASUALTY COMPANY (seal) By: A Michael Maddux Attorney -Intact SQ 2000 (8/08) PUBLIC THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices In the City of Fairfield, Ohio (herein collectively called the "Companies"), do hereby constitute and appolnt Christopher Kolkhorst; Michael Maddux; Denise Raker and/or Sandra Villegas of Houston, Texas their true and legal Attorney(&) -in -Fact, each In their separate capacity If more than one Is named above, to sign, execute, seal and deliver on behalf of the Companles as Surety, any and all bonds, policies, undertakings or other like instruments, as follows: Any such obligations In the United States, up to Fifty Million and No1100 Dollars ($50,000,000,00). This appointment Is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati Insurance Company and The Cincinnati Casuaity Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the President or any Senior Vice President be hereby authorized, and empowered to appoint Attorneys -in -Fact of the Company to execute any and all bonds, policies, undertakings, or other like Instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -In -Fact to affix the corporate seal: and may with or w[thout cause modify or revoke any such appointment or authorlly. 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. RESOLVED, that the signature of the President or any Senior Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or ,Assistant Vice -President and the Seal of the Company may be affixed by facsimile to any certificate of any such power anti any such power of certificate bearing such facsimile signature and seal shall be valld and binding on the Company. Any such prnver so executed and seated and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS WHEREOF, the Companles have caused these presents to be sealed with their corporate seals, d�,ly :attested by they President or any Senior Vice President this 16th day of March, 2021. ee THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY STATE OF OHIO )SS: COUNTY OF BUTLER 1 54� On this 16th day of March, 2021 before me came f le above -named President or Senior Vice President of The Cincinnati insurance Company and The Cincinnati Casualty Company, to me personally Known to be the officer described herein, and acknowledged that the seals affixed to the preceding Instrument are the corporate seals of said Companles and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporations. Keith CggilStt, Attorney at Law Notary Public — State of Ohio My commission has no expiration date. Section 147.03 O.R.C. I, the undersigned Secretary orAsslstant Vlce-Presiders of The Cincinnatl Insurance Company and The Cincinnati Casualty Company, hereby certify that the above Is the Original Power of Attorney Issued by said Companles, and do hereby further certify that the said Power of Attorney Is still In full force and effect. Given under my hand and seal of said Companies at Falrfleld, Ohio, this 13th day of April 2023 �a�•,,,,, ,•.+urn„ OIIIO ONIO " BN-1457 (3/21) TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call our toll free telephone number for information or to make a complaint at: 1.800-635-7521 You may also write to us at: The Cincinnati Insurance Companies or The Cincinnati Insurance Companies 6200 South Gilmore Road P.O. Box 145496 Fairfield, Ohio 45014 - 5141 Cincinnati, Ohio 45250-5496 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.O, Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us 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 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. IA 4332 TX 11 09 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page I fir I SECTION 00 43 37 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 B. 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. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: END OF SECTION By; Brody Maedgen (Signature) Title: EVP/COO Date; 4/12123 CITY OF FORT WORTH VCWR1; ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLI➢S DRYING FACILITY Rev sed 9/3012021 CITY PROJECT NO. 103011 004512 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 451 2 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type HDPE Gas Main - 8-inch diameter and smaller Stainless Steel Gas Line - 8-inch diameter and smaller HDD Gas Main Boring - 12-inch diameter casing and smaller Gas Processing Equipment Contractor/Subcontractor Company Name Prequalification Expiration Date R Construction Company/No Subcontractors TBD R Construction Company/No Subcontractors TBD R Construction CompanylNo Subcontractors TBD R Construction Company/No Subcontractors TBD The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: R Construction Civil, LLC END OF SECTION By: - `(Signature) Title: - EVP/COO Date: 03/02/23 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised 02/09/2023 CITY PROJECT NO. 103011 ADDENDUM NO.2 THIS PAGE LEFT INTENTIONALLY BLANK FORTWORTH, SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet R Construction Civil, LLC Name under which you wish to qualify P.O. Box 189 Buffalo Post Office Box City 1313 Hwy 79 Buffalo Street Address (required) City (713) 334-5757 ( ) Telephone Fax 47-3232019 03/02/23 Mark only one: Individual Limited Partnership General Partnership Corporation X Limited Liability Company TX 75831 State Zip Code TX 75831 State Zip Code contracts@rconstructioninc.com Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for gas/water/sewer, paving, and lighting: Work Category — Water Dept — Gas/Water/sewer Work Category -- TPW Paving Work Category — TPW Ped/Rdwy Lighting sucanne.abbe @ fortworthtexas.eov hcafderon@halff.com TPW Preoualification@fortworthtexas.eov clint.hoover(-fortworthtexas.zov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Worth, Works Dept. 3741 SW Loop 820, Fort Management Attn: Clint Hoover, P.E. 5001 TX 76102 Worth, Texas 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: `Bidder Prequalification Application" 0045 13 -2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or ❑ Has less than $6,000,000.00 in annual gross receipts OR ® Does not meet the criteria for being designated a small business as provided in Section 2006,001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. 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 CATEGORIES ALL Water Department HDPE Gas Main — 8-inch diameter and smaller Stainless Steel Gas Main — 8-inch diameter and smaller HDD Gas Main Boring — 12-inch diameter Steel/HDPE pipe and smaller Gas Processing Equipment 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 CITY OF FORT WORTH Revised February 9, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO. 2 0045 13 - 3 BMDFR PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED 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 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, 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 244nches 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 Transportation[ Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) X Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting CITY OF FORT WORTH Revised February 9, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 ADDENDUM NO.2 0045 13 - 4 BIDDER PREQUALFFICATION APPLICATION Page 4 of 8 NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER See Attachment D All self owned 2. How many years has your organization been in business as a general contractor under your present name? 42 List previous business names: R Construction Company 3. How many years of experience in 42 construction work has your organization had: (a) As a General Contractor: 42 (b) As a Sub -Contractor: 42 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 See AttachmE�nt B *If requalifying only show work performed since last statement. 5,Have you ever failed to complete any work awarded to you? NIA If so, where and why? Brody Maedgen 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? NIA If so, state the name of the individual, other organization and reason. CITY OF FORT WORTH Revised February 9, 2023 vCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 ADDENDUM NO.2 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? NIA If so, state the name of the individual, name of Owner and reason_ 8. In what other lines of business are you financially interested? NA 9. Have you ever performed any work for the City? NA If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS Ferguson Gajeske 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. NIA 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 Brody Macdgen EVPICOO 20+ I Dee Bruce l Dickic Doak See Attachment C I CITY OF FORT WORTH Revised February 9, 2023 PM 20+ Superintendant 20+ VCWRF ADDITIONAL GAS LIME FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.2 0045 13 - 6 BIDDER PREQUALMICATfON APPLICATION Page 6 of 8 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. N/A CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Texas Date of organization 1981 File No. Officers or Managers (with titles, if any) Brody Maedgen- EVPICOO PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised February 9, 2023 CITY PROJECT NO. 103011 ADDENDUM NO. 2 0045 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment 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 See Attachment D -')UMNi -1- 2 3 4 5 6 7 g 9 to II 12 13 14 15 t6 t7 t8 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL 50MM+ CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised February 9, 2023 CITY PROJECT NO. 103011 ADDENDUM NO. 2 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Harris The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. Brody Maedgen , being duly sworn, deposes and says that he/she is the EVP/COO of R Construction Company , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: R Construction Company 03/02/23 Signature: 1i Sworn to before me this �+A; „ zlaa r��t r z Pu�Yc. Stagy at logo I 2nd day of March 2023 Comm. !tom wrap-i�" +r' - Notary M IMM92 Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Revised February 9.2023 VCWRF ADDITIONAL CAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.2 2 3 4 5 6 7 8 9 to 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page IofI SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103011 Contractor further Certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: 6)(1 4"k)n C'VA i t L L - By-, Company Please � �CA Signature: Address 7, City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § Title: L-\j ? 00 (Please Print) FORE ME, the undersigned authority, on this day personally appeared Lcr.1l , known to me to be the person whose name is subscli ed to the foie oin inst ument, and acknowledged to me that he/she executed the same as the act and deed of1 ,LLL - for the purposes and consideration therein expressed and in the capacity therein stated, l� c11;A 20 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2 day of ,au+rr voog," KIRA PERNIwY Notary public. State of Texas y� Comm Expires 07-27-2628 Not r -a5 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VCWRI~ ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 2 SECTION 90 45 40 3tvsiPqL ity Goa a0as ao . BumnC55 401 V final Ng%: 1 ort 3 APPLI ATT.DIw1 OF POLICY 4 If the total doIIEir valuc of the contrflcI k $100,0()0 or more, them a Business EgaJity goal is appllcabie, 5 A Business Equity Firm reri:rs to cerd ied N-11norily-, and/or Women-, owned Business Enterprises 6 (MIWBEs). 8 POLICY STATEMENT 9 It is the poilcy of t1ie City of For Vtlonh to CIISLlre the f1I11 and equ1FahIe parkidpal inli of Husiness Equity 11) Firms when applicLib] c, in the procuri inert of all goods and 4�-_rviceS. All itquirements and rzgLikitiums i i suited in the City`s 13u�iness Eq u i ty i<.}rdiilance Nu15165-10-2021. (rep Iaeing Drilinmnee No. '24531--11- 12 2D20 (ct dined Hi. fly?S;IIw�Sd1 Ilhrx�rry.ii[TXdGiLiil. i}II]f4'i��It lilw�Srthll.�kcst Ytu4�t�h_lx,111-0,0- 2593) apply In 13 this b1 1. - i4 15 1h 17 18 19 20 21 2' 23 24 25 26 27 28 BUSINESS ECIUTTY PROJECT GOAL 11w ity's Btlsincss Equity goal on 11ik project is % of tine total hid value of the eonlr#wt (ffii,se bid ctppNes fo P<+p'k,s and Caurnuinftr .Servi.ves). ME'niODS TO C(1NIFLY W I TH THE GOAL Oat City conreacts where a Business Equity Gael is applied. offerors are tt.quired to comply with tht Ciky's Business Ettuily Ot•dinaace by iilecting nr eweetling the al)nve slau'd goal or ntllerwiNu (,amply with the ordimmce through one or 11w following mcthotN'. 1. Cmilmrreially usirrul selrvices performed by rA Business Equity prune cnntrartor, 2. Business Equity subcuntracting participation, 3. Combinaliorl of Business Equity prime services and Business Equity subcontracting participation, 4, Business, Equity Joint Vonlure/Mentor-Protege participation, S. Good Faith Effurt documentation.. of 6. Prime conlraetor Waiver documentation. SUBMIT Tf'AL OF REOUTRED D CUMENTATi0N 24 Appiicabk! doe urrients (listed below) must be receivefl by the Porch asing Division, GIB the offerar sha11 30 EMAIL the l3uginess Equity-documenialiun to the assigned City of fort Worth Project apiagc_• or 31 Deparinienl Degignec. Documen(s are to he received nn later then 2:00 p,m., on the third City 3' business day. o ter the hid opening date, exdusivc of the bid opening date. — 33 34 The 0 Heroi- must siibiil iI one or from; of the Following do.0umLnita- 35 I - Utilization Viirin and I,etter(�) of Intent, if Ilie goal is met or exceeded. 36 2- Good Faith Effort Farm and Udllzadon Form, includilLlg sill}por rig documelllation, if 37 paarlicipal ion i,i less Ihkiii sioIud goal, or no Hwine�, FgLi i t y part iQiimticn is accom p I i 9 hed'. 38 3, Prime Contractor Waiver Farm, including suppai'ting docuinentation, if I#ic 00eror wkil p�r£orm 39 alIsabconIracIingistapp]ieiropportiinities;ur 40 4. joint VenturelMenil or- Protege farm. ii` goiiI is met or cxci�7ccted with a Isitit Venture or Mentor- 41 Pcnli�ge pirficipation- 4? 43 These forms can be round at: 44 Business EquiIyt Utilization Form and Letter of Intent 4.1 ht�a:flal�lrs.ti�itu'urtittc�._s,'f�'rt}i��'tRc.�aurcc*{h'i��urcCsPlb`r,2[l- 6 c ?[i +1V4' it l* 'r?L113��Siit x �,?r?�11 Ct�ii ic?f}[)rdiitsincelEit iUC_A% Wi>_ltV ?01J1iIizutiorVA,20kyni 47ti t 48 49 Letter of Intent C Fry OF FORT WORT1i v(,`WRFAll0l' MDNAL GAS LNL'F STANDAR1) C0N1;TR1)c-n iN SPF..CMIC ATION VOC UMMTS FOR 1310.90LIDS DRYING f ACILITY Reelypd [kinber 27- 2U_1I CiT'Y PROJECT NO. 10301 k 00-4i dl}- 2 51thi1145x Ealfkily Gold P4qa « of a I hSi s;llaFps.€��rCwtxrih���a�- n � lFte�csurces#i�esr+urc l'�60 - IIi1�VE3E1N1-:W Hu"In�N� Haul v 2 flydi r cr;ll.eltar of kiLem-202 I .pdf — -- 3 4 BD%iiISCFS Equity Good Faiih Effort Farm 5 hilp", WpAlnrtwc�itltt� r��. 4 vfPri� � IRct; urcclr t ourc P fi{l fn (]- 'b <%i-2{)MWBEfNi~`iiV%20-3utiin_es ?OEquity'g,ZOOiOinancell3ufiino-,i% pf4 (rcxid%20Fai1h%-20Ff 7 fortfil-A)FI11'11l. f 9 Bmitives.5 C,galty Fri me Contractar WEIiver Form 10 h upsllyogs.ro Wo fi t .X11%.gn Opl-nic t ccuurCCsLRv. purces),1V r 0 II#12OMWBUNEW%20BLisints.%%I1LL-'au ��E.?��C]rdinanc�JBu�ir�esr� 2U ilk'��Ql�rint��r�211C'ul�lr���4}r 12 `Xc-2Q Wuiver,p 13 14 Business Equity JoirI Venture Form 15 1111}�x;1{:,.l'c}nr;�xrr i� xPr��ctRaaur��Fslheol>rc,sl�fbQT 16.r?Uf44'If;f1�;VIkr2Btts%ncss52{k1Fa]u,?{{]tt4i��lflcfkl*ani;�s`2Cicluilr?#}�uintb 17 -- t� 14 20 ?1 22 23 24 25 ,7 .2� 34a II 32 FAILURE TO AiCHI.EV17-141V G0AL1. QIt {ITHE14WISE COMPLY %4'ITH • -HF OtxtNNALNCF WILL RMULT IN TIT EHIIDIILRAW FFIt0R BEING DFQLARED NON -Rl;til ONSIVF AN1)TIFFSM REJECTED. ---- FATI,11RE TO SURNIITTHE REO UIRED HUSTNESS E UTY DOC UNLEN 'TA` 1 OR QTfIFRWISP, CON11'LY WITH THE, 0 IMINA CE WTLI. RI'SLILT IN THE DJD ELI Lq.: DE( 1,ARF1) N9)N- RES1 ONSTVE. TH1? BID RF:.TI:CTED AND MAY S UBJ FCT THE BIDDEft.IOI:FER0It TO ANCTTONS AS DESCRIBED INS E (% 20-373 OF THE {lRDIN ANCF. For Que-stions, Please Coniact The Business Equity Division of the Deparrnient of Diversity and Inelusion at (817) 392.2674. ENO OF SFCTION CITY OP FORT 1 OR7H STANDARDCDNCf TKVr-'T10N F'F"9CA711) NDOCUMENTS FteviRe{I {7cfabrr ? 7, MOY I WWRF E DDIT10NAi.0Al1-1NE FOR B16MIADS DkYIPIG FACILITY My PROJECT NO. 1030t I TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call our toll -free telephone number for information or to make a complaint at: 1.900-635-7521 You may also write to us at: The Cincinnati Insurance Companies or The Cincinnati Insurance Companies 6200 South Gilmore Road P.O. Box 145496 Fairfield, Ohio 45014 -5141 Cincinnati, Ohio 45250-5496 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-300.252.3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi,state,tx.us 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 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. IA 4332 TX 1109 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on May 23, 2023 , 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 R Construction Civil, LLC , 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: VILLAGE CREEK WATER RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO.103011 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Four Million Eight Hundred Twenty Bight Thousand Seven Hundred Documents an amount, 1n current funds, of NinetVOneana501100 Dollars ($ 4,828,791.50 ], Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 360 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. 4.2 Liquidated Damages Contractor recognizes that TIME I5 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 difficulties involved 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 Two Thnnsanr] Five Hundmd Dollars ($2,50.(.11Q) 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised 8/2Z/2022 CITY PROJECT NO. 103011 005243-2 Agreement Page 2 of 6 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: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/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. 6. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may he delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance, Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to oocrate 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 anv act. omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised 8/22/2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 005243 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is snecii"icaliv 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 anv act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 SeverabilitylNon-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised 8/22/2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 00 52 43 - 4 Agreement Page 4 of 6 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 during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that 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 Companies. 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 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: (1) 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.S. 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. 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, § 1), 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: (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 during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised 8/22/2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 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, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH VCWRF ADDrrIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised 8/22/2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 005243-6 Agreement Page 6 or6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: Signature (Printed Name) Title ?. o .fix ►(?-R Address City/State/Zip Date City of Fort Worth By: ur rr Dana Burghdoff Assistant City Manager Jun 2, 2023 Date Attest: ette Goodall, City Secretary (Seal) M&C: 0 qQ Date; 2L Norm 1295 No.: 2J).-L- I Of .111 X Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. -Sftk� Suzanne Abbe, P.E. Project Manager Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WOKT Via; . TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 8/22/2022 APPROVAL RECOMMENDED: r fr k—A r(arPy Christopher Harder, P.E., Director, Water Department VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 1 2 3 4 5 6 7 8 9 10 11 12 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That we, R Construction Civil, LLC o06113-I PERFORMANCE BOND Page 1 of 2 BOND NO. B3291210 KNOW ALL BY THESE PRESENTS: , known as "Principal" herein and The Cincinnati Casualty Comioanv , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Four Million Eight Hundred Twenty -Eight sum of, Thousand Seven Hundred Ninetv-One and 60/100 Dollars 13 ($ 4,828,791.50 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sure well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the i day of -MA Y , 20-"which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish ail 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 VILLAGE CREEK WATER 22 RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING 23 FACILITY, CITY PROJECT NO. 103011 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall he in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 006113-2 PERFORMANCE BOND Page 2 of 2 1 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 determined 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 day of 6_ 20 a3. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 Z3 24 25 26 27 28 29 30 31 3Z 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTEST: (Princi fC � rQ p�rrr�� Witness as to Surety PRINCIPAL: R Construction Civil LLC BY: Signat re Brodv Maedoen, EVPICOO Name and Title Address: 800 Wilcrest. Suite 360 _Houston. TX 77042 SURETY: The Cincinnati Casualtv Company r BY: e' - T Signature 7 Michael Maddux, Attornev-in-Fact Name and Title Address: 6200 S. Gilmore Road Fairfield. OH 45014 Telephone Number: 513-870-2000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF iATi'ORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the "Companies"), do hereby constitute and appoint Christopher Kolkhorst; Michael Maddux; Denise Raker and/or Sandra Villegas of Houston, Texas their true and legal Attorneys) -in -Fact, each in their soparain ca c[ly If majo than one Is named above, to sign. execute, seal and deliver on behalf of the Companies as Surety, ony anrJ air bonds, pOcles, urr,d6rta�hlrsgs or 61her Like ansuuments, as follows, Any such obUgations In the United States, tap to Fifty NAVIlion and Nvrtnb Dollars ($EO.000.1300.00), This appointment is made umler ana by En.11horlty of the following resolutions adopted by the Boards of Dirat,tors of The Cincinnati Insurance Company and Tho Clncinn>flti Casualty Cv mnany, which resolutions are now In full force and erfeci, rearing as follows; RESOLVED. t?mt the President or any Senior Vice President be Hereby authorized, and empowered to appoint Attorneys -in -Fact of the Carnpiny to execute any and .all bonds, poilcieG, undertakings, or other Hke instruments on behalf of the C—orporation, and may authorIze any officer or any such Attorney-In-Facl to affix the corporate s_4al; and may /kith or without cou3t, modiNl or revoke nny Stich eppointment or outh«I,1y, Any much writings so execulad fey such Attarneys-in-Fact zhail be binding upon, the Comps my as If they had been Only exiacuted and ackncA-Aedgfd ley the regularly elected officers 01 the Company- RE'iULVi:O, th3l the signature of the Pr€-.10unl or flay senlfr slice PF050a1a1 and the seal of the Companv may be ofiiy.ed by facswTlle on env power of attornr:.y granled, anti the signature of the Sacr+Awry or Assistant ;,'ice -President grid 1'he Sear of the Company May he afitxsd by far. -.,Lm-Ile to a"y car: ficaste of any umh power and any such power of certificate bearing suctt facsimile signature. and seal shed[ be valid and binesng on the Company. Any Ditch per:-mr so executed and waled and tertifle-d by certiflcate so :,xecuted anN sealers shati, with respeo to any rand or undertaking to winch it is attached, ^continus to be tialtd arid binding on the corn,^.any. IN W1TfV$ $ WHEFYEOF. the C011111perrles haVe cr3used these p*esents to be sealed With thelf Wb porele seats. dryly sff(1sted by Mel: P. esirierrt or viny enlfor VICE Pramdent tn[s 16tli i.I :y of March, 2.021. ,M r�4tr,'"rYir t�Afryn �aarraa,r 1ISLAL iqi �� agile STATE OF OHIO )SS: COUNTY OF 1131-1 TIER i THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY —t" On thi a 1 Cth day of March. 2021 bpfnnv we calllc the abtkv+o--Hearted f'reslr ens 4r+ onlpr }fire President of The Cincinnati Inswancr- Company and The Cincinnati Casualty - --impany to me parsrxially lcnown lobe the officer dascril'ed herein. and acknowledged that the seals aff,K8d to the preCeding Instrurnen1 are the corracarate seats of Bald Companies and tha corporate -sewis ar:d tie signature nt the officer were duly errlxqd and subscribed to said instrument by the authority end direction of said corporationx- Keith Cg-ett, Attorney at i.alw Notary Public — State of OhIn My commission lids no expiration date, Gectiory T47,03 Q,R-fi- i, the undersigned Secretary orAsslstani Vice -President of This Cincinnati Insurance Company end "rho Cincinnati Casualty Comna_ny; hereby certify that the above Is the Original Hower urAt arnay Issued by said Carripanles, and do hereby further certify that the said Power of Attorney is still in full force And effect. Given under my hand and seal of said Companies at Fairfield, Ohio, this day of r`�,'a4*Irrrrrrr �y''t,Gryr�Y�rr� ! (OAP6AAE +� 3 CQAPGAAtE SFAL� SEAL" ollko tlA,O � �f BN-1457 (3/21) 006114.1 PAYMENTBOND Page I of 2 BOND NO. B3291210 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, R Construction Civil, LLC known as 8 "Principal" herein, and The Cincinnati Casualtv Cornpanv , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, FGur Million Eight Hundred Twenty -Eight 12 in the penal sum of Thousand Seven Hundred Ninety -One and 601100 Dollars 13 ($ 4,828,791.50 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 .2 = day of 20 ,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 as defined by Iaw, in the prosecution of the Work as provided for in 21 said Contract and designated as VILLAGE CREEK WATER RECLAMATION FACILITY 22 ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY, CITY PROJECT NO. 23 103011 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 006114-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the _ day of 3 -hi"O , Zp 4 5 G 7 8 9 10 11 12 ATTEST: Cgo't i 110t. ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: R Construction Civil, l.j„R BY: Signature Brodv Maedqen, EVP/COO Name and Title Address: 800 Wilcrest, Suite 360 Houston. TX 77042 SURETY: The Cincinnati Casualtv Comoanv BY: Signature Michael Maddux. Attornev-in-Fact Name and Title Address: 6200 S. Gilmore Road Fairfield. OH 45014 Telephone Number: 513-870-2000 Note: If signed by an officer of the Surety, there must he on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CrrY PROJECT NO, 103011 THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices In the City of Fairfield, Ohio (herein collectively called the "Companies"), do hereby constitute and appoint Christopher Kolkhorst; Michael Maddux; Denise Raker andlor Sandra Villegas of Houston. Texas their true and legal Attorneys) -in -Fact, each in ;heir �, iparolr. caparnly a inane then one Is ,narned above, to sign, execute, seal and deliver on behalf of the Companies as Surety, any and all Fonds, policies, uiiderI4;0 v or olher like lostruments, as follows: Any such obligations In the United States, up to Fifty Million and Nail00 Dollars This appointment is made unrler and tj)i authority of the following resolutions adopted Jay the Boards of D[reclars of The Cincinnati Insurance Company and Thu Clacinnatl Casualty Company. which res-ohitionc are now in NO force and effect, readingifs follows; RESOLVED. thol the President or any Senior Vice President be hereby authorized, and empowered to appniat Attorneys -in -Fact of the Company to execute any and eall bonds, policies, rindert?Kings, or Ohm like instruments on behalf of the Corpuration, ana may aulhoriao any officer or any such Afrerney-In-Fact to affix the corporate seaP. itr]d I-ty with or without cause 11,0„dif, or rkv09 any such r:ppaintmentaor authf,a]ty, Any blathwrl#ings so titxecuttArl by simbAttorneyx-In-F9^t sh„!l he b?rrJln4 open the Cry+nparij as If they had been dirty executed and a cknoMedged by the regularly elected officers of the Company- - I.sL QED. t!;:]t ilia slpnaituie rrr thr� f`r sMlVent or �wny Se.-00 Vice Prestdr;nt and the sea] of the Company may be affixed ily I:Is:-,mile on any power of attorney gianted, and the sign alum of live Sec retdry or Assistant V'Ice-Presideni and the Seal of the c_mripany maybe efftaed by flat sir ;iiq to any car ifluale ai any uich pu war and nlvy such Power Of certificAfa haaring such Iac:I Pill* signature and sea± 0611 be uaUiJ and InInding on the r;urnpany. Any auclh pcw4j-so executed and 5saled and (Adified t]' eerfificate so-_-xecuted and sealed situ?!, %;pith respect to any twnCl or uncler•laking to which It Is attached. tor`tinlis to tie valid and $tnd)ng on the Company. IN WITNESS WHEREOF the Comparhles hav4 caused these presents to Lie seated with their coarporate i-wasfs- duly attested by their Prr:sloem or any Senior VIc a P,-=• .idant lhls t&trl clay of Mach, 2021. � qjj _a�4<nWB. ` �1H P . # SEA i� i 'i[� olli4 pit STATE OF OHIO )SS: CGUMY OF 13LJa LFR I THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY On thl , 16111 day of March, 2021 Before me camp the abov�2-ri mled Piesldeat or 15anior ~ties President of The Cincinnati Insi ii ance Company and The Cincinnrat► Casualty Compoiny to-rnG perunnaily known to be the officer described herein, and ackrhowled�Jer] 1ha3t the seals affixed to use prsce ling invtrurnen! are the corporate seals of sold Companies and the corporate Seals and the slpn itura el the officer were duly affl;red acnrJ subscribed to said Instrument by the authority and difection of said corporations. �4 Keith Celett, Attorney ;7i Law Notary YubItc -- -Stets of O hIn My commission has no oxpvatlon date. Cerlion 147-03 O.R,C- 1, the undersigned Secretary orAsslstaint Vu:—P 4s,dent of The COclnnall Insurance GornpAnyand The 0nclran:3ti Casualty Company, hereby certify that the above Is the Original Power �l Attorney Issued by said Comrariles, and do hereby Mrther certify that the said Power of Attorney Is still In full force and effect. Given under my hand and seal of said Companies at Fairfield, Ohio, this day of C 1 , .U, �L' SEAL CHO BN-1457 (3/2I) TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call our toll -free telephone number for information or to make a complaint at: 1-800-636-7621 You may also write to us at: The Cincinnati Insurance Companies or The Cincinnati Insurance Companies 6200 South Gilmore Road P.O. Box 145496 Fairfield, Ohio 45014 - 5141 Cincinnati, Ohio 45250-5496 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.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www,tdi.state,tx,us 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 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. IA 4332 TX 11 09 00 01 19 - 1 MAINTENANCE, BOND Page 1 of 3 BOND NO. B3291210 1 SECT]ON 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we R Construction Civil. LLC known as 8 "Principal" herein and The Cincinnati Casualtv Companv , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a l i municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Four Mil€on Eight Hundred Twenty -Eight 12 in the sum of Thousand Seven Hundred Ninety -One and 601100 Dollars 13 ($ 4.828.791.50 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded it r - �g 19 the , day of 1 W I �i 200a, 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 VILLAGE CREEK WATER 24 RECLAMATION FACILITY ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING 25 FACILITY, CITY PROJECT NO. 103011; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CRY PROJECT NO, 103011 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in mature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 1 e_7 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 006119-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this rd 1 instrument by duly authorized agents and officers on this the day of ' 2Rc. ATTEST: %1 -a rinci ecretary t rck p u'"r"i _� P t e ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: R Construction Civ' BY: - Signat e Brody Maeda_ en. EVP1COO Name and Title Address: 800 Wilcrest. Suite 360 Houston. TX 77042 SURETY: The Cincinnati Casualtv Combanv BY: Signature Michael Maddux, Attorney -in -Fact Name and Title Address: 6200 S. Gilrrlore Road Fairfield, OH 45014 Telephone Number: 513-870-2000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Iuly 1, 2011 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THE CINCINNATI iNSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the "Companies"), do hereby constitute and appoint Christopher Kolkhorst; Michael Maddux; Denise Raker and/or Sandra Villegas of Houston, Texas their true and legal Attorney(s)-In-Fact, each in their seperale clz"dity If morr [Iwn one is clamed above, to sign, execute, seal and deliver on behalf of the Companies as Surety, arty and till L}O.hdB; policies, undeelAlshV- or other Pike instruments, as foilcvrs: Any surh obligations m the United States, up l'o Fifty h'iilli-:ri and Noll OD Dollars This appointment is made uantler ano by authority of the following resolutions adopted by the Boards of Direour's of The Cincinnati Insurance Company and The Clilcinnal3 Casualty Company, which resolutions are now In full torte and effect, reading as follows, RESOLVED. thal she Presideni or any Senior dice President be hereby authorized, and empowered to appoint Alt.Ai.nueys-In-Fact of the Company to execute any and all borids, policies, undertakings, or other like Instruments on behalt of thr- Corporation. and may aulhorize any of icer or any such APlorney-In-Fact to affix the corporale seal; and may with or without caus*% modify or revoke Tiny such appointment or suthmity, My such wrltlrigls so executed by UL?rh AS tYrnejs-its-Fact gljaV he b3rdltiq upon the Company as It they fiad been auly executed and achrna ,tedged by the regularly enacted officers oT the c.ompany- RF:'-ILVE ], lhal the signature or the PresidrinI or any Senior Ice PresrJil nl an�ij the seal of the company nzay be affixed by Iastlntlle on Any power of attorney grti#lted, and Ihp mgriotufe of tht Secrp.1.31 y or Assistant' lice -President and thia Seat of the Company may be affixed by far.11mile to any curtificate of any such polir,ar Lind any such p weF of r-erfiflr�l9 Bearing such focNimlle algnaturE end tiE's11 shin/ I>e I+blld bnd bind'ln.S1 On the t:omli*Iy. Any Slln fa1n476'r tr'b GX9GUted and sealed and certttieSi by c—adificyte sti executed and =-i=sled shall. Nvjih respect to Any bond orundertahing to which it rs attached, continue to tee Valli And binding on the Company IN tool-ITNESS WHEREOF, the Comparles M", caused these presents Io oe sealed w th "i lr corporate seals, duly atlested by the President or any Senior Vice ProsIdent Ibis 161h flay of Idiarch. 2�',21. ti u►row,re � UE. 5Cl�t." 'THE CINCINNATI INSURANCE COMPANY oTHE CINCINNATI CASUALTY COMPANY STATE'. OF OHIO )SS COUNTY OF 13UT.LER I On tnls 1$1h day of March. 2021 before we came the ahnve_pF+1iw d PteiWent or Senior Vice President of The Cincinnat-I Insi.ira=e Compaiiy and Tho Cincinnati Casualty cornpany, to me p4,rsunally tno,'he the officer described herein. and acknowledged that the seats al11,fed 10 the preceding ir.ctrumenl are the corporate Beals =f Bold 1:.'47rnpanies and the tort orats lash ltind the signaiure of the officer were duly atflxad and subscribed to Bald instrument by the authority and direction of aaid corporations, Aw o Keith C sett, Attorney nI 1,aw Notary Public - Statf of Ohin My commissin,i iles no n :piration date. I, the undersigned Secretary or Assistant Vi`—President V The CInv Inmail Irisuidnce Compariy and Tha CI'ncinnat! Casualty Company: hereby certify that the above Is the Original Powet fat AIL'orney Issued by said Corry► antes, and do hereby turt"r certify that ine said Power of Attorney Is still in full force and effect: Given under my hand and seal of said Companies at Fairfield, Ohio, this lupy4 +�a�ICN.M,yr COPORATE LG' a CoEDA�L 03310 9 QNID BN-1457 (3/21) day of ® STANDARD GENERAL CONDITIONS OFTHE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: B23f1[Yl1 THIS PAGE LEFT INTENTIONALLY BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article l-Definitiomm and Terminology ----.---.—.—.--_—.--._.---_---.--.—.-1 lJ)l DefmedTerms ............................................................................................................................ l 1.02 Terminology ..-------.—_-_--------_-----'--'-'--'--_.6 Artic}m%- Preliminary Matters ......................................................................................................................... 7 2.01 Copies ofDocuments .................................................................................................................... 7 2-02 Commencement ofContract Time' �Jot�mtoI»ron�o� - 7 ' --------------.------ 2.O3 Starting the Work .......................................................................................................................... Q 2.04 Before Starting Construction --------------------_--------.—_--0 2.05 Preconstruction Conference .......................................................................................................... 0 2.06 Public Meeting --.-------.—.—'---_.----'------.—.—'-----'-8 Article -CootrootDocnnnezto: lotoot Amending, Reuse ............................................................................ @ 3.01 Intent .............................................................................................................................................. M 3.02 Reference Standards ...................................................................................................................... g 3.03 Reporting and Resolving -----'--'----_-'--------'--4 3.04 Amending and Supplementing Contract Documents ................................................................. }0 3]]5 Reuse of Documents -------..-'......~-~_....--_-----'-------.-l0 Article 4- Availability of Lands; Subsurface and Physical Conditions; Hazardous Enviromnental Conditions; Reference Points ...................................... .......... .~..—..._..-..--------.-}1 4.01 Availability mfLands .................................................................................................................. i} 4.02 Subsurface and Physical Conditions ........... .-......................... ............................................... l2 4.03 Differing Subsurface mnPhysical Conditions ............................... ............................................. l2 4,04 Underground Facilities -----------'----.--_---'--_---_-'l3 4.05 Reference Points ......................................................................................................................... |4 Article 5-Bonds and Insurance ...................................................................................... ............................. l6 5.01 Licensed Sureties arid Insurers ........................................................................ .........--.l6 5.02 Perfornuaoce,Payment, and Maintenance Bonds ... ............. ..................................................... }6 5.03 Certificates ofInsurance ..................................................................................................... --lM 5.04 Contractor's Insurance ................................................................................................................ }0 5.05 Acceptance mfBonds and Insurance, Option to Replace ............................................-.—.—'l9 Article 6-Contractor's Ilcyponaibilitiem ............................................................... ............................ ............ l9 6J01 Supervision and Superintendence .................................... .................................... ....... ............. l9 CITY OF FORT WORTH xrAwoauoCnwm'murrmx oPEnIFx:xTmm oocoMsNra 6.02 Labor; Working Hours............................................................................ ... 20 ................................. 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others ................................. 6.07 Wage Rates...............................................................................................................................- 25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals.................................................................................................................................... 31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 -- City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals................................................................ ......36 ........................ 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition ..................................... -............................. 37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision: $2=1 Article |0— m�z�����'[���'�z�m\�n� 38 _'--`�- �.---, , --.------.—..--.—..----------- |O.Ol/\uChmrized Changesiuthe Work .......................... ........... —_—......... ---........................ 38 10i02 Unauthorized Changes iuthe Work ........................................................................................... 3g |U.D3Execution of Change Orders ....................................................................................................... 39 1CiO4Extra Work .................................................................................................................................. 39 10/05 Notification toSurety ................ ................................................................................................. 39 Article l\—Cost ufthe Work; AUnit Price Work; Plans -------41 }[UlCoutoftheWnzk......................................................................................................................... 4| }l.02Allowances .................................................................................................................................. 43 D.O3lJnit Price Work —..---.—._—._---_-----'--'----'_—'----.-44 1[.04P�zos —._---_--.—'--'--_---'---_---_--..45 Adjc}o l%— Change ofContract Price; Change nfContract Time ................................................................. 46 12.01 Change mfContract Price ............................................................................................................ 48 12-02 Change ofContract Time ----'--'--'----.'--_----.—'--'—'--.—.-47 12.03 Delays -----.--'--_-------.---_—_---'-----.—_.--'--47 Article 13 —Tomtomod{osnections; Correction, Removal mcAcceptance ofDefective Work ...................... 48 13.01 Notice ofDefects -----------.—.----------.---------------.4@ 13.02 Access toWork ........................................................................................................................... 40 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................ 44 13^05 City May Stop the Work ................................................................................. ........................... 49 13.06 Correction ocRemoval ofDefective Work ................................................................................ 5O 13.07 Correction Period ............... ........................................................................................................ 50 l]LU@ Acceptance ofDefective Work .—.--.--.—.—''----'--_—.---.---_--.5l 13.09 City May Correct Defective Work ................ ............................................................................ 5} Article 14—Payments toContractor and Completion --.--------------------_--..52 14.01 Schedule ofValues ................. ,..—....—..—............................................................................. 52 14`02 Progress Payments .------.--.--.....~...................................................................... 14.03 CooJzuotor"w Warranty of Title ............... ................................ .—.—.---.-------.54 14.04 Partial Utilization ............................................................... .—................................................... 55 14.05 Final Inspection .................................. ............. ......................................................................... 55 14.06 Final Acceptance ._'—'---------.—.—'----_—'.-----------'55 14.07 Final Payment ........................................................................................... 14.08 Final Completion Delayed and Partial Retainage Release ........................ --...—................ 56 Article l5— Suspension ofWork and Termination ............................................................................ ........... 5? 15.01 City May Suspend Work ............................................................... .................. .......................... 57 15.02 City May Terminate for Cause ...................................................... ~_......_..—..,........... 58 Article16—Disonte Resolution ......................................................... ............................................................ 6} oITYoFpnRTvwORTo STANDARD CONSTRUCTION rocIrIrATIon oononxsmTy Article l7— Miscellaneous -----.—.—'-----.—....^--...—'--'----'—_----.-62 l7.0lGiving Notice .............................................................................................................................. 82 17.02 Computation nfIimem................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 82 l7.U4Survival of ------_------.---.------..------------63 l?.O5Headings .............................................................................................. —.................................. 83 CITY OF FORT WORTH mra*oAn000nTxocrmm mmuF/uAnon nocownNro 007200-1 GENERAL CONDITION S Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Force 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. CalendarDay — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &1MI 007200-1 GENERAL CONDITION S Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim --A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8=1 007200-1 GENERAL CONS IT IONS Page 3 of 63 24. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works -- The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35, Field Order -- A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 80=1 007200-1 GENERAL CONDITION S Page A 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 Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award --The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans— See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 843IZ021 007200-1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor --An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8f13I202I 007200-1 GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. 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 Award. 65, Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to 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 encasemenis containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.E through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision: 823I 1 007200-1 GENERAL CONDITION S Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there :is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: SI23/LI I 007200-1 GENERAL CONDITIONS Page B of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work, 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections maybe written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82vr'.02I 007200-1 GENERAL CONDITION S Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shalt be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 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: 1f, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision: 823MI 007200-1 GENERAL COND IT IONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823IZ021 007200-1 GENERAL CONDITION S Page I 1 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 ElectronicDala A. Unless otherwise stated in the Supplementary Conditions, the data firrnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be atthe user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements arq anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823C10Q1 007200-1 GENERAL OOND IT IONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface andPhysical Conditions A, Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities)- B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3, differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8YL31202I 007200-1 GENERAL CONDITION S Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respeetto existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. NotShown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly - after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: $23(M1 007200-1 GENERAL CONDITIONS Page lA of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized; Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Rri3l I 007200-1 GENERAL CONDITION 5 Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (h) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affectedarea until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (d) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Latins and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractoror by anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARIICONSTItUCTION SPECIFICATION DOCUMENTS Revision: 8Q.3/ ] 007200-1 GENERAL CONDITION S Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, andllMaintenanceBonds 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 oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 923=1 007200-1 GENERAL COND ITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf, of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. 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 policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTP UCTION SPECIFICATION DOCUMENTS Revision: $23f I 007200-1 GENERAL COND IT hON S Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and mkimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy, This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8J.73/)A'Ll 007200-1 GENERAL CON IT ION S Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal 'injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested)_ Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8Q_V"1 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work, B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8Q3/202I 007200-1 GENERAL CONDITION S Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal "Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; 8l13=1 007200-1 GENERAL COND MON S Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2 1 007200-1 GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures.- If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.Aand 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal" City will advise Contractor in writing of its determination. D. Special Guarantee.- City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by themfrom and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8D3=1 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon requestby City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823Q.(Si! I 007200-1 GENERAL CONDITION S Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference betweenwages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-1 GENERAL CONDITION 5 Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreementbefore the 15th day afterthe datethe City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patentrights or copyrights incident to the use in the performance of the Work or resultingfrom CITY OF FORT WORTH STANDARD CONSTROCT10N SPECIFICATION DOCUMENTS Revision; 903l1.021 007200-1 GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device notspecified 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 skull assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City ohtainedpermits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all MYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8IL3/2021 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor maypurchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information maybe obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httD:iiwww.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: l . Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and Shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITYOF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/ZD2I 007200-1 GENERAL CONDITION 5 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 ofor relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: aQ.MI 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who maybe affected by the Work; 2, all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; 823/ I 007200-I GENERAL CONDITION S Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action maybe 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. CITY OF FORT WORTH STANDARD CONSTP UCTION SPECIFICATION DOCUMENTS Revision: 8Q3/2i7L1 007200-1 GENERAL CONDITION 5 Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2, City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuingthe Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANI]ARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8QM1 007200-1 GENERAL CONDITION S Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. anyreview and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out o� 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 lNDEMNJF1CATLQN PRONBION IS SPECIFICALLY INTENDLU In OPERATE EVENIF IT IS ALLEGED OR PROVEN MAT ALL OR S�nMF OF THE N WHIlJEAlEja PART_ BY ANY A.0 _-QMj SIGN OR NFGI.1 x NC'F OF THE This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THI. INDFMN FICATinN PROVISION IS CITY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82MI 00 7a 00 GENERAL CONDITION 5 Page 34 of 63 ICPF.f 'TFIC.A,Y TNTQWX.D TO OPERATE AND BEEFFECTIVE EVE IF IT IS A>LL.E(�ED OR PROVEN THAT ALL OR SOME OF THE DAMAGES B NIT SlIUf;ITX MIRE CAUSED N WHOLE OR IN PART BV ANY AC NEGLIGENCE OF THE CITY. 6,22 Delegation of Professional Design Serviees A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD C.ONSTRUCTION SPECIFICATION DOCUMENTS Revision: 03f2621 007200-1 GENERAL CONDITION S Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORD 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 byutility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: W31 I 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized, and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY' S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13,03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8/2j I 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823C1021 0O7200-i GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: W23=1 007200-1 GENERAL CONDITION S Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8=1 007200-I GENERAL CONDITIONS Page 46 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 80I1{92d 00 72 00 -1 GENERAL CONDITION 5 Page 41 of 63 D, City's written action under Paragraph 10.06.0 will be fmal and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.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 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 893I1021 007200-1 GENERAL CONDITION S Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 829/202I 007200-1 GENERAL CONDITION S Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 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 I1.01.A.1 or specifically covered by Paragraph I I.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and malting good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph I2.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.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. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: WL'if I 007200-1 GENERAL CONDITION 5 Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1, the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2, there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:8IZMI 00.7200-1 GENERAL CONDITION S Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 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 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correctan error, or to correct an error on the plans, the plans quantity will be increasedor decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/1021 007200-1 GENERAL CON DITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows; 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work uavolved 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 shall be determined as follows: 1. a mutually acceptable fixed fee; or 2, if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: S+iMI. 007200-1 GENERAL CONDITION 5 Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.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 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this P aragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; 82MI 007200-1 GENERAL CONS ITlO N S Page 48 of 63 ARTICLE 13 -- TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORD 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Revision: 843 W-1 007200-1 GENERAL CONDITION S Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, atCity's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.09 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 803RMI 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction orRemoval 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 tcrms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; 823 I. 007200-1 GENERAL CONDITION S Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance ofDefective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; SrL3l2 I 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this P aragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. ApplicationsforPayments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has receivedthe materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. S. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONST P U CTION SPECIFICATION DOCUMENTS Revision: W2MI 007200-I GENERAL CONDITION S Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executedWork, 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 maybe necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:82M1 007200-1 GENERAL CONDITION S Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be 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 requested because; a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02,B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &23=1 007200-1 GENERAL CONDITION S Page 55 of 63 14.04 Partial Utilization 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: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2_ Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such. deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8it3/ I 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. -4pplieationforPayment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents, 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled, and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &I23I I 007200-1 GENERAL CONDITION S Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City_ Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 -- SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shag provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/20Q1 007200-1 GENERAL COND IT] O N S Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance H20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7, Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8, Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONST PUCTION SPECIFICATION DOCUMENTS Revision: SQ3l202I 007200-1 GENERAL CONDITION S 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. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &23=1 007200-1 GENERAL CONDITION S Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effectedby mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a, the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other ]material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest, C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONST RU CTION SPECIFICATION DOCUMENTS Revision; V3/Z021 007200-1 GENERAL CONDITION S Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.060 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revision: 8J13C10lI 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limita tion of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 843MI 007200-i GENERAL CONDITION S Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: &73lDD21 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of October 21, 2022: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9.2020 1CITY PROTECT NO. 103011 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 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 October 21, 2022: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 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 Geotechnical Investigation Report No. 117-21-312, dated June 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 in the project area. 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: SUMMARY OF TEST HOLE INFORMATION AUGUST 2022 THE RIOS GROUP SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: 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 $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks - None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract NIA NIA X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: CFW Horizontal Wage Rate Table A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas. eov/Proi ectResources/ 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 TREE REMOVAL PERMIT CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: WILLIAMS PIPELINE EMAIL AUTHORIZATION RECEIVED KINDER MORGAN ENCROACHMENT AGREEMENT NOT NEEDED USACE NATIONWIDE PERMIT 12 RECEIVED CITY OF FORT WORTH FLOOD DEVELOPMENT PERMIT RECEIVED NCTCOG CORRIDOR DEVELOPMENT CERTIFICATE RECEIVED SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 21, 2022: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor EAGLE CONTRACTING SYNAGRO TBD Scope of Work DIGESTER IMPROVEMENTS AT VILLAGE CREEK BIOSOLIDS FACILITY OPERATION BIOSOLIDS FACILITY BANK STABILIZATION Coordination Authority CITY CITY [a]IrA 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, PE or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" NONE SC-16.01C.1, "Methods and Procedures" NONE END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 1 /22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include famishing 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 - 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR RIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. t03011 01 1100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left; free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as apart 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. S. 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. e. 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 VCWRF ADDITIONAL. GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO, 103011 01 1100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USEDI END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 01 12 00 - l WORK SEQUENCE Page I of 4 1 SECTION 0112 00 2 WORK SEQUENCE 3 1.1 SUMMARY 4 A. This Section lists scheduling constraints associated with the WORK of this Contract. 5 The outline presented in the following paragraphs is intended to aid the Contractor in 6 planning and scheduling his work within the framework of regulatory requirements and 7 other restrictions under which the Work must be completed. It is the Contractor's 8 obligation and responsibility to familiarize himself with the Project and its various 9 requirements and to provide all materials, labor and equipment necessary to complete the 10 Work of this Contract within the time constraints set forth in the Contract Documents. l 1 Proper construction scheduling, sequencing, and completion of the Work within the 12 established Contract time shall remain the sole responsibility of the Contractor. 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINIISTRATIVE REQUIREMENTS 25 A. Construction Schedule 26 1. It is the Contractor's responsibility to prepare its own construction schedule which 27 will allow it to complete construction of the project within the Construction Period 28 while fully complying with the constraints presented herein, as well as with all 29 other legally imposed constraints and any additional constraints presented on the 30 Drawings. 31 2. Contractor shall provide a Construction Schedule in accordance with Section 01 32 32 16. 33 3. The Construction Schedule shall indicate the sequence of the Work, starting and 34 completion times of each part, the date of installation of each major item of 35 equipment, and time for making connections to existing piping or facilities. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR MOSOLIDS DRYING FACILITY Revised December 19, 2022 CITY PROTECT NO. 103011 01 12 00 - 2 WORK SEQUENCE Page 2 of 4 1 4. The intention of the Engineer's review of the Construction Schedule is only for 2 informational purposes and general conformity with the requirements of the 3 Contract Documents. The review by the Engineer of the Contractor's Construction 4 ScheduIe shall not be construed as the Engineer's or Owner's acceptance or 5 approval of any delay of the work beyond the agreed -upon Construction Period. 6 Any delay of the work beyond the agreed -upon Construction Period shall result in 7 the imposition of liquidated damages against Contractor, as more fully discussed in 8 the Agreement. 9 5. The schedule constraints listed herein do not mean that all constraints or special l0 conditions have been identified. The Iist does not substitute for the Contractor's 11 coordination and planning for completion of the work within the Construction 12 Period. 13 B. Construction Scheduling General Provisions 14 1. The Work shall follow the Construction Schedule as closely as possible. Any 15 changes to the construction schedule must be approved by the Engineer and with no 16 additional cost to the City. 17 2. Night work may be established as a regular procedure with the written permission 18 of the City. Provide adequate lighting and noise control as required to comply with 19 applicable Federal, State and local regulations. Such permission, however, may be 20 revoked at any time by the City if the Contractor fails to maintain adequate lighting 21 equipment, noise control, and supervision for the proper prosecution and control of 22 the work at night, or if the off -site effects of night construction are deemed by the 23 City to be unacceptable. City shall not be liable for any damages if permission to 24 work at night is denied. 25 3. The Contractor shall be fully responsible for providing all temporary diversion 26 piping, plumbing, heating, ventilating, air conditioning, lighting, temporary 27 structures, and such other items required to maintain construction operations within 28 the scheduling requirements contained in these documents. 29 4. All details of temporary construction are not indicated in the Drawings or these 30 Specifications. However, this does not relieve the Contractor of the responsibility to 31 ensure that construction will not interrupt normal operation of the wastewater 32 treatment plant and/or drying facility operations. 33 5. The Contractor shall make allowance in the construction schedule for the average 34 weather conditions at the project site. 35 C. Construction Sequence 36 1. General constraints within which the Contractor shall cooperatively schedule the 37 Work include, but are not limited to, the following: 38 a. Construction of the VCWRF Additional Gas Line for Biosolids Drying Facility 39 may overlap with construction of the VCWRF Bio-Solids Facility Bank 40 Stabilization project, the VCWRF Digester Improvements project and the 41 construction of the new Bio-Solids Drying Facility. The Contractor shall 42 coordinate workspace and schedule with the Contractor of all projects to avoid 43 project delays. No separate pay item. 44 b. The existing biogas pipeline shall remain fully functional throughout 45 construction. 46 c. The existing biogas pipeline shall remain fully accessible to the City at all 47 times. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOS OLIDS DRYING FACILITY Revised December 19, 2022 CITY PROJECT NO. 103011 Ol 1200-3 WORK SEQUENCE Page 3 of 4 1 2. Temporary Shutdowns and Flow Transfers: 2 a. Under this Contract, connections of new work to existing facilities and 3 pipelines will in some instances require the temporary shutdown or transfer of 4 flows. When a temporary shutdown or transfer of flow is necessary, obtain 5 City's and Engineer's approval before proceeding with any temporary 6 interruptions or flow transfers. Only City personnel thoroughly familiar with the 7 handling of the existing biogas pipeline and valves shall perform the shut down 8 operations. 9 b. Give a minimum of three (3) weeks written advance notice to the City and 10 Engineer of the date(s) when a temporary shutdown or flow transfer is desired. 11 c. Needed shutdowns shall be coordinated with City. Owner reserves the right to 12 reschedule the time of shutdown if necessary. 13 d. When new piping or equipment is being provided, the Contractor shall 14 sequence the work to install as much as possible prior to tie-ins to existing to 15 minimize the down time needed of existing systems. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3.8 39 40 41 42 43 44 45 46 47 48 49 50 3. Suggested Construction Sequence: a_ The following is a suggested general construction sequence for the work under this contract that accounts for the above scheduling constraints. It is not the intent of these Contract Documents to rigidly define a schedule of construction to be followed by the Contractor for the work. It is the Contractor's obligation and responsibility to familiarize himself with the project and its various requirements and to provide all piping, equipment, and other items necessary to complete the work within the time constraints set in these documents. Proper construction scheduling and completion of the work within the established contract time shall remain the sole responsibility of the Contractor. Additional requirements regarding construction sequencing and required milestones are reference in the Information to Bidders section. b. Activities prior to commissioning_ of pipeline. 1) Contractor mobilization 2) Contractor shall locate all utilities and submit x, y, z information to Engineer and City before ordering pipe. 3) Perform exploratory/vacuum excavation of utilities. Perform survey and provide data to city inspectors, engineer and utility owner for review before starting construction. 4) General site clearing 5) Excavation and installation of pipe, valves, excluding connections to existing piping. 6) Installation of process equipment (i.e., separators/pressure vessels) 7) Installation of yard piping/ drain lines. 8) Coordinate with Biosolids Drying Facility Operator/Contractor and install electrical and instrumentation equipment. c. Testing and commissioning of new nineline 1) Testing and acceptance of new pipeline, valves and process equipment. 2) Testing and acceptance of new electrical and instrumentation equipment. 3) Commissioning of pipeline and equipment (requires completion of the 112S Scrubber installation in VCWRF Digester Improvements project). d. Activities after commissioning of new niueline 1) SaIvage and delivery of removed piping, valves, and fittings 2) Construction of remaining site work, including grading, paving, and installation of fences and gates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 19, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 2 3 4 5 16 8 9 14 11 01 12 00 - 4 WORK SEQUENCE Page 4 of 4 3) Site cleanup 1.5 SUBMITTALS 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 USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 19, 2022 CITY PROJECT NO. 103011 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment L 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 WORTS VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 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 Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b, For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 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 comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of a 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: I . Has investigated proposed product, and has determined that it is adequate or superior in aII 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. WilI coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION ]NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended ^ Recommended Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS 'DRYING FACILITY Revised duly 1, 2011 CITY PROJECT NO. 103011 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 31 19 -1 PRECONSTRUCTION MEETING Pagel O 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised August 17, 2012 CITY PROJECT NO. 103011 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 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 c. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals 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 cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH VCWRF ADDITIONAL GAS DINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 17, 2012 CITY PROJECT NO. 103011 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR 1310SOLIDS DRYING FACILITY Reviscd August 17, 2012 CITY PROJECT NO, 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 31 20-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a, In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives 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 e. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractox 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 201 I CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 01 3216 -1 CONSTRUCTION PROGRESS SCHEDULE Page I of 10 I SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART 1 - GENERAL 4 1.1 S UMMARY 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) responsible 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 RE ERENC ES 38 A. Project Schedules CITY OF FORT WORTH VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO. 103011 01 32 16 -2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 I Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO. 103011 01 32 16 -3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 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 l7 of work in alignment with this specification. Once reviewed and accepted by the l8 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 is 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 0132 16.1 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 01 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 VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO. 103011 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 01 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4of10 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. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of theproject followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. ® Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example; 101376_North Montgomery Street HMAC Baseline Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example; 10 1376North Montgomery Street E NIAC 2018_01 Project Schedule Progress Narrative File Name Format: City Project Number —Project Name PN_YYYY MM Example; 10 1376North Montgomery Street EA AC PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. ® Arterials ® Aviation o Neighborhood Streets o Sidewalks (later) o Quiet Zones (later) o Street Lights (later) o Intersection Improvements (later) o Parks • Storm water o Street Maintenance o Traffic o Water 48 G. Schedule Calendar CITY OF FORT WORTH VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT No. 103011 01 32 16 -5 CONSTRUCTION PROGRESS SCHEDULE Page 5of10 I 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 Contractorwill 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. 10 R 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 1.4.11below. 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 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractorwill include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 1. 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 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 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 VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO, 103011 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 review and acceptance as described in Section 1.5 below. Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed, unless 6 otherwise approved by the Program Manager. 7 8 2. The re-basclined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3. The changes in logic or durations approved by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for anew 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 Cade 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 )O XXXX.30.60 Permits 28 XXXXXX.30.60.10 Permits - Identification 29 XXXXXX.30.6020 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 events 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 CITY OF FORT WORTH VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO. 103011 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 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting 43 (if required) 3360 Final Design Complete ROW & Easements 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 9330 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 38 39 1.4 SUBNRTTALS 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 VCwRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO. 103011 01 32 16 - S CONSTRUCTION PROGRESS SCHEDULE Page Hof 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls or 7 .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 34 the submittal process noted above. The City's ProjectManager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 a Baseline Start date 41 O Baseline Finish Date 42 0 % Complete 43 o Float 44 ® Activity Logic (dependencies) 45 O Critical Path 46 0 Activities added or deleted 47 a Expected Baseline Finish date 48 0 Variance to the Baseline Finish Date 49 CITY OF FORT WORTH STANDARD CONSTRUCTION Revised August 13, 2021 vCWRF ADDTIONAL GAS LINE SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 01 32 16-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 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 0132 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 a 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 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The personpreparing 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 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH VCwRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO, 103011 013216-10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 4 5 6 PART 3 - EXECUTION [NOT USED] END OF SECTION 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 VCWRF ADDTIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised August 13, 2021 CITY PROJECT NO. 103011 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page I oF5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1 - GENERAL 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 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert PtojectNurnber] Revised August 13, 2021 TPA' - Capital Delivery � Project ID: CIP-0 Ila, L!ycut 52wMe TsmpWe CfP-015-Neighborhood SS4ee►CcrosVucb*rL 8eseRme SchedUW G T4L'fi3aV Prig. Data: M-Jun-20it, Paige f of 's irz�.fJTYS ter. :7L3, 32 =r_-tic�ui� yin M 36 E-2 Z ;E 5"...I7 Aarr226,;,amz=ata=a'&=i a a r_�r-?33'JE 5213 SW �OE=r3PrEvuM PMu Co:._ac ?reaaMar= 3rttt; 1m t6 =-Mr-:TTE :-Ap-21-E M-„3, -M,6 _2-4 22-'E SMO IM I ::]iTce3�79�-04t---COt`38" ]3fLEslfiL_ ' - -- - T �-�Ji ES _sip[-s1r°a 6'e3C ii2bi s Aa - _-5-_apF*1"E 322i 313s 525i i "t1h �ilOr1 - - - - -- '- 2¢ T..r-. -=15...a-31wr_ m15 62w -- --- - 'mrz av - 53 1._■1E7LMme Z, . 23T3 V3-Eia3" otr< :7-W-21 •-: %. Sant +'Ixis 4 9farrll �e � ^�s-its-�Ets ��r-24s o - 3M.2 Z3tli-?'r1WA}r;5ffi1 'E @ 33i[ij-ZOre '.-:2C Fl7➢$SR -...L _]T¢ 'e.Iti f -- -- -_-'-_ - -'- tc M1EIY�-=+5 Mx N _ _ii: o ,'4mT-2U7G Zn--jw-21S,1 30E. Jmr .7.'[ TIt F.E.' ys:2=a- 5 5 22y'7��."E 'ro-:F32+: 202C a.-ED.aix i E Fa+'I1G0 :'3 C-_A-27 I = 1 F3a2-rots 1160 •.. Ta-Ay-=;ila }l3C L== 31Z Ya-13 -r6von 3A¢ IC 112 :7d a5-:'tt +F!dm- aiE MI-6 _K.; lA: 1UH ri+13- T C=�24*! - - - - -0- 0 --- ttZL.�Zt.,`.` 339D 55,L :;r, �if47�� 71� 11� �s'i Ip-G�.41E - Wii: a -%ftw B3 0 29,bff T I a WE[ Td�Y.;.�- 7_' T;. = .=-!-'1 1r4_20r. 3i>3i 17t3... .�vE-�'&LP3°15ESTE+CS 7t ia' W�ju2U73 W_%Mg-m2 Li66 'tx 7 3tm T'rs a 64mlgg-Ml3 r&A- 26- 3t8 ?"O 5TN 7 71.1Q .rb 3tkM'-- ! _0_13A.9-J,.! 22AL19--;141 _72D eaft _MPr'e.A4 tar-; F7ti 3: �:i� Ia- j ', v�4.as 4, E a"'1-h3ff-= r -3: TILT .. 32f.- 375:1 tL 29 3T_J3 3Lix$ ., 3T52 EIM*aC9 _ 5 05-r '0E I1*4=-24TE SlSp 317C.22M 57 "sTTQ 3rWt zl 5 5 t2-v."��55 �6^ t3-C.E Y250 3tM 7; r7Ed airliY _C 20 OE 3^6' JDW 3tat 77 319+J -C kswt 2f 76 07-MC.-nII U_-TleC '16 39iL '7Siit a-mrtEP ii T9 7-HWI-29Td 1C`uE62La 1.3 MO SIC r.,m__;CirT'-":m r 0 71-Q@F20taa .3MD iS:L77 A ctal Work Ml esmnEe Remalift Work atucaE mi esw'ne CrftcaE Rear-i�jm a fe0z ® 6 Coin'pleUied 4i� r* CIP-01-li - N-Picrhl,na•I ood Steeei Con st-ruciffou 29 Baseline S&edmle Eva FORTWORTH N — TPIAI - Capittal Delivery Layout Base&re Tef np hE'e � ec7fiq1-.ww 324a 'mm pamm R—b, 7 s=M343M .17'j Plait% ma RMWOM SE A VU i�wlws �-,m;L Pacm F 334.1 LiT 3- 5--W.T - 7-, -mrz 4; L-6?A6 azo C-evmas 5359 U 7 U" 15 ff K L I F --Z ill �2L. L - f;"LZ- —5-- 9 336(l Tarm?� Pwerg el st0m3rim 33c-a --AvtEg azOG Faia%Vatr '3110 ag.Tmo 3A20 -rztswA C100+7 :;cjgm= CM31017 ProjeCt ID:r Cjp_Gj B 1 Arm P.T. 4 i 41 -',C 5E ND t 2 1 � EP-Niis 5 1 i-,ZL--Lz i r x 26-c-c"-m - -if- ur- �n IL V3 1T1D7er=11_ 2-9-DaCQU 74 ME15 1; U 1-d.L I m 25L a6 Z: 213 alm",n! z- -9 ftr.,2U18!3M13 is -_20- :56.A-LN6r-.1E I- 213 - I S 2B-Pft-: GIL, _W2 2Z-00: 3 4 3 336 0, 9 �Zdlc 02 10 22-,MX'3 L-14 Z37C 213 05-f�=TS 33E-t- M 'NSL I., S0- i-E-M4—d-M ki 'Ll LUM :2 [3 1 -M lul Pr Vie: 20-,j un-20 IS Page 2 *17 3 iW:� 32" ItL Iz rz E7 mz: 67 E7 FT mc r57 ml- 61- MILT B510 A a as —P-20M 27E 276 03-"-201C 1 054�MTS 85w 225 2?H M-May-201 a 2544W-Ma' - J= 5510 7=3 w to itz-Anr-mis i5-Apr-m95 ,3=-43=.xmc as= c ama compLmtE PH= Ust rvm w 3r, -is4aK-me 2e-mmyams I a5m eWo 0 fism Firm W-F Mzoaptz'Cumpla!-=d ;�LIMIDM 1 G54--Nls i D54w=5 lesm BE.i,-3 CMMM=!AT. RM'C=Pie= .1 G 13 ,85M su Quam . 73-- 1w wjm-,=%f IT-mac3'0'9! 0 AFra aft -21- 7, 1 Q ] As-e Lsr Sw. -E I i M- t�-- 1.)jr ��r,� -A, Or 2S ;dls-F wc* # # mfe=rte ;Zams',Iing woA Crtcal MiteE=e EMIM9 affmi Re=IrOTic Wekz ComD[ctad WeMrm CIT-01B - NeigUorbood Street Construction BaseUme Schedule Example r I; 0- HT WORTH z H W TPW - Capita! DeUvei)( 5,2: 5130 :3h14`GCyOr7EYY3i,E7= — qtq[ ,��L�ramsaciGnt .�mrsr:r?a'a -- SISEI __ �,_� crrs�a�.ctmart�rar� A work # P4cka-stom ® raisin-3 War-k r9 + Coca! Mflesinne aiacal PpnajefMC Wcik 40 0 Cemp [ destore Project 10: CIP-018 Se x tSzFS-?1L� FE-GEF-,'�'.i4 F"t9 412, Report Prht fats_ 20-jur; 2018 Pge3of3 r -OI B - �i �bonc�. u c Street' Construction Baste¢ Schedule ple FoR.TWORTH 01 32 1 b.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE 2 3 4 5 DATE NAME My 20, 2018 May 7, 2021 END OF SECTION M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Page 5of5 [Insert Project Name] [Insert Project Number] THIS PAGE LEFT INTENTIONALLY BLANK 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 1 of 4 I SECTION 0132 16.2 2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART 1 o 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. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORr WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 1 w— -- __ r' 01 32 16,2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 2 of 4 � � I ply IP a-n • M fi ii clfN. i IJ hl NIN 11 rJ; tliR771 r}'{;.ry �rd'�rY EriIM+WjIV rf cV n N':I r. IJ _ �lol !lo a r_A 1 ra ��7 � f- iy yA k: Iri %= � P= i I. 0p -'�•YI�� I I � --M o Ani�ra.m„q [N$q [Y �o � IFS .. �I rIF ,� ip M�tl '.�NyFI.� '�I }I ' %j 11 I'1� r� 1• rf`'y}y�f' f { ,� ,�°+ � .°' "p` � �mI m rF o �I ra r• m „'' � FI � i7 ry k r C •� +iJL��lJ ,�F�]'I - b IA,.4 Od In m b r 1� W �w rtl k - - a1 W a .. I:W p o �• "�' '-O V 1S�]F1171'g� id }aC,I2 IRl4 11� u �;� d„ rJ,— -it1 Ii Fi EJ= k1� Irlt'1 ll b i lu' w lkl ' � i GI � �� 'I' . � G! •' ^ �. LLf l.. wl u ,o _ niil l « �>•I w �u ^I 16 4'r h. +i 1Q � W Yl I 1R d Cirn„ � I`!' � �I'•�l L 21 _� ? _ � .{ ra I t, � ;'' I'ti] l.) � :� � '_ r= '�"' .� 1! .I wi c All wi T '. M �. iei �i a rr Mr r� h nt i� .p 4 IY r 10 it « w i il, 1r r YI L1l il7Y '. n al i w l l^t �� R 9 N v+ 111 J I '- !C it .J ra ' �i Wl •1 rtl Flr O li in In M. N w i-1 k; F ri aI In 5.7' �l, lflll'A r'.t U 174 tlr rll , Ili In q 0 Iv Iul 12 I c G m i cc� Ir ILI I � t cS ti I raj G Ll CL u rr �I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [[nsert Project Name] [Insert Project Number] 1 2 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE Page 3 of W aj tm ti JJ ns ,jtgN'�ry r1 N ry rlraSi n ir{ n1 r{ ry r{ r, �•i. N Nlnl N 1 N w ' ur51 _ N I.,, _ 1` _ ' II+ I N & it i311, 0 0 tJ.CI xi III'7 �j I,I' y Inl-i ±- nll lil i ,11 W Ya Ill , u, 11'1ic�IN 9.. "14 [ry Olipl 1pl c1 ray r rl !,1 "L C'1 ri ��Ik�� '�'��` � � !" .. .. ff « .• J, Sv ilrl �,il� � iA :y�I E`v tr4-9 P•y. «.� l 99 In ry p ;1I I�� 1y IF [A 41 IV ry w G 4y yy�� -I w IN m fq ,n 0 V Y'Ili p:I4.IL GO r'�} Ml Y,1 R q VI F�1 KI y' fV m fV :f �1 .It C AIIY CY1R. I I I I E lu _I I i 41 �• e����y++yJJ � Y! � ' � 1 i f yea] iil P � fl W� 9 6 iir r; '6 '610 cl.= �4� �a rr ❑ib Ir,lO �n mff m sIT V, m•a a • ,'L ,'�' ?1 WI ,� �yl IT UI •II in m iI i1 raj -F �'f I I I 1'1 iM1 HY L, iia � I� iJ .1�14I 4 II 1 A�., I la G Ly tS .mil HIP +11'gl!fli uTt lilt 6i I 7" " IJ U CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert ProjertNumher] 01 32 I6.2 CONSTRUCTION PROGRESS SCHEDULE— PROGRESS EXAMPLE 1 END OF SECTION DATE July 20, 2018 May 7, 2021 NAME M. Jarrell Initial Issue Revision Log S UNEVIARY OF CHANGE M Owen Revised name due to revising the schedule specification Page 4of4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Datelssued: 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 Revised August 13, 2021 Page 1 of 1 THIS PAGE LEFT INTENTIONALLY BLANK 01 32 33 - 1 PRECONSTRUCTION VIDEO Page I of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION Rcviscd July 1, 2011 Page 2 of 2 END OF SECTION Revision Log SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0133 00 - 1 SUBMITTALS Page I of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B l) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a, Field measurements b. Field construction criteria c, Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x I I inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Draw ingslSamples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH VC`WRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR B10SOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials S. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10- Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b, Scheduled information c. Setting diagrams d. ActuaI shopwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO, 103011 0133Of) -4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: I ) 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 S) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 1. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 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 I 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) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents_ This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a, All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 01 33 00 - 6 SUBMITTALS Page 6 or$ 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised Decanba 20, 2012 CITY PROJECT NO. 103011 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may cant' out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4, Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate, 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 01 33 00 - 8 SUBMITTALS Page 8 of PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Catendar Days CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0135 13 SPECIAL PROJECT PROCEDURES 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 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 i. Dust Control 16 j. Employee Parking 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 Contract 21 2. Division 1 — 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 1) 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 20Z2 CITY PROJECT NO. 103011 0I3513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 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 published 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 3n 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 1) The power company (example: ONCOR) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of S 1 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 10 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 0131 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 system. 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO.103011 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 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 he 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 0 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 1. Coordination with United States Army Corps of Engineers (USACE) CrrY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 0135I3-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the Project where construction activities occur in areas where 2 USACE permits are required, meet all requirements set forth in each designated 3 permit. 4 J. Coordination within Railroad Permit Areas 5 1. 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 1. 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 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised ]March 11, 2022 CITY PROJECT NO. 193011 1 2 3 4 5 6 7 8 9 0135I3-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2OI2 D.Johnson 13 3/11/2022 M Owen END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.8 - Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines, 1.4.E - Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 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 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM`] YOU THAT UNDER A CONTRACT WITH THE CITY OF PORT FORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL; Mr. [CONTRACTOR'S SUPERINTENDENTS AT [TELEPHONE NO> OR Mr. [CITY INSPECTORS AT C TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11. 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CHY PROJECT NO. 103011 1 3 4 Data: EXHIBIT B FORT WORTH. DOE HO. RIGXX Project Flame: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL; M R. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL. BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 01 4523 TESTING AND INSPECTION SERVICES Page 1 of SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b, City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH, VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 01 4523 TESTING AND INSPECTION SERVICES Page 2 of 2 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 submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 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. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system_ CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Rcvised March 9, 2020 CITY PROJECT NO. 103011 01 50 00 - I TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c.• Storage Sheds and Buildings d. Dust control c. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Rcvised July 1, 2011 CITY PROJECT NO. 103011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory.. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 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 USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11. FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 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] DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION Reviscd July 1, 2011 END OF SECTION Revision Log SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 01 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pap Iof3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 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 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 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 payment 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 Iogged 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 ADMINISTRATIVE 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 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 01 5526 -2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 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 1) 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 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) 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 Control 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 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS INOT USED] 36 A. Submit all required documentation to City's Project Representative, CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 01 5526 -3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.1I FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 12 END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1, c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO, 103011 THIS PAGE LEFT INTENTIONALLY BLANK 01 57 13 - l STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms l . 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 l . 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 VCWRr ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 5713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103013 015713.3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] LG ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 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 VCWRF ADDITIONAL. GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR RIOSOLIDS DRYING FACILITY Revised July I, 2011 CITY PROJECT NO. 103011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of '/a -inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRIUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July I, 2011 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 6000 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2, Division I — 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.fGrtworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List and 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 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 01 6000 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITEI CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magafta Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 9, 2020 CITY PROJECT NO. 103011 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page l of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements l . 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised duly 1, 2011 CITY PROJECT NO. 103011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. DeIiver 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. 4. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised Juty 1, 2011 CITY PROJECT NO. 103011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-1NSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USEDI 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July I, 2011 CITY PROJECT NO. 103011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 z1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 017000-1 MOBILIZATION AND REM0131LIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remabilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO.103011 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 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 Demobilization 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 Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents, 42 c. The price shall include: 43 1) Demobilization as described in Section LLA.2.a.1) 44 2) Remobilization as described in Section LLA.2.a.2) 45 d, No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised November 22, 2016 CITY PROJECT NO. 1030I1 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section LLA.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS fNOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised November 22, 2016 CITY PROJECT NO. 103011 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 7 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised November 22, 2016 CITY PROJECT NO. 103011 017123-I CONSTRUCTION STAKING AND SURVEY Page l of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: Requirements for construction staking and construction survey 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. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "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: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 14, 2018 CITY PROJECT NO. 103011 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 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 Survev —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 casements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) -- 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort North - Standard Survey Data Collector Library (fill) 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 SUBMITTALS 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 SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 14, 2018 CITY PROJECT NO. 103011 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 stalling. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 14, 2018 CITY PROJECT NO. 103011 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 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: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 14, 2018 CITY PROJECT NO. 103011 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [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 OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 14, 2018 CITY PROJECT NO. 103011 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 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. I 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised Fehruary 14, 2018 CITY PROJECT NO. 103011 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lox] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 31 party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 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 CITY OF PORT WORTH VCWRF ADDITIONAL UAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 14, 2018 CITY PROJECT NO, 103GI I 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1,9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3,8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "alter" construction; and revised acceptable digital survey file format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 FORT WORTH Section 01 i1 23.01- Attachment A Survey Staking Standards February 2017 O;\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_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:/Ionlinemanuals.txdot.sov/txdotmanuals/ess/ess.i3df) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. "cable of Contents I. City of Fort Worth Contact Information II. Construction Colors III, Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey D:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attach ment A_Survey Staking Standards.docx Page 2 of 22 Survev 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 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 ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Standard Staking Supplies Color WHITE YE LLOW ORANGE PINK Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A Survey Staking Standards.docx Page 3 of 22 IV. Surdev Enuipment, Control. and Datum Standards A. City Benchmarks All city benchmarks can be found here: htt : /fortworthtexas. ov itsolutions/GIS/ Look for 'Zoning Maps'. Urider '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. IL A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. IL 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 anvthing that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set 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. Datasheets are required for all control points set. Datasheet should include: A, Horizontal and Vertical Datum used, Example: N.A.D,83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A OASpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_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. Proiected Coordinate System: NAD_1983_StatePlane T'exas_North—Central_FIPS 4202_Feet Projection: Lambert —Conformal —Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_ North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Namina Convention below F. Preferred Deliverable Format Axt 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 0ASpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_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 OASpecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 W m Z I— Z n 1015 V Of Q 4 J W J m EL.= 100.00' t3 Z W O 0!� Z 00 i— Z Cf} = C W (ry Q Z J W o W d x m W CC CD N=5000.00 E =50Q0.00 (( __-- V. Water Stakiniz Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A, Centerline Staking— Straight Line Tangents L Offset [ath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes 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 60D 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 ll. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I Center of Hydrant should be 3.0' behind proposed face of curb Ii. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. 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 IL RIM grades should only be provided if on plans Example !dater Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 � � q z - 0 F70 0/8 \ WA C � n m S Q _ U ,- 0 / 3 0 t L � 2 � G \ m C § _ E-,m■ m� KI \E sm¥1 LLI § CL u 26 ( K § § \ § 9( o \\ � n� C §( [ ( )G 2 t$ � LL @ c d ] � � § VE Sanlary Sewers aklniz O: pec kA Governance Process\Temporary Spec R e\C apit 1p leery p Delivery Di o bo171 2.1 a1 A Q±me« A Sur p Stamm kandaesdocx Page g«2 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 III. 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 atone manhole, each line shall have a cut/fill and direction noted V11. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves L 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Examle Sanitarb Sewer Stakes V W as 0 c-atez c-ate-o� 1 T O%S rL SSTM 8TA- T71-10- O/SgSSII y 7' 0/3 rL SS Y o x 4�6 c-Gm ii 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 l/il. 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 III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves 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 IL Standard 10' Inlet = 16.00'total length III. Recessed 10' Inlet W 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK (9CE FkdNC q.aW.j nt�rr t I HLO ELEVATION m Example Storm Inlet Stanzas :0►w (SIDE FACING (�) 8 Iti II�Li I_}FfF'!t1! F'.a.l[..ITEC, L! IDENTIFIES E ED1D OF THEE WIND NC BEING STAKED II INLET STATION + jI' N07ED ON PLANS) tf MTW" GRADE i T4 TOP OF CURB IDENTIFIES GRADE TO FLDMJNE I)ISTANCES FOR INLETS STANDARD 10' 0 16' RECESSED IV - 20r STANDARD DOUBLE 1(r — 26.67 BACK {sw FADNC FI.6.W.) PONT 0 HUN EL5VATON e FRONT (SIDE FACING) IDEN'OFFES WHICH END OF 'THE YANG @ONG STAKED HUB YATH TACK I l PACK CF INLET I I � 1 - MAIIHQLE :� esi b oI ._ .• I BACr OF CURB - sal€ OF CURB ---------_ ...141NO•°;Rj�•{' .,r'. . _ . 'I ['.:��_.■�... .. ._ .•+ .'a`.�.�'wlNc, -------_— FLMLINE FACE OF INLET FACE OF INLET Fl_OWUNE ET3GE OF RAVDAENT EDGE OF PAVEWERIT I I EDGE OF PAVEMENT EDGE OF PAVEMENT O;\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 13 of 22 Vill. 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 VIL 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 III. 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 Files\Capitai Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING q) FRONT IDWI�IES I]ID PWIT OF FD I T i\OIV I ui ;SDE FACJNC fj T�"aeaT ffc FRONT 9• SIDE FACING 113"ITE9 97ART p PO ' (SIDE PAGING W) PON7 C,F AJRVATIMM O k g O ic + • PT � Bp A�y KI� In, liCfl � o rp (SIDE FACING R.O.W.) IOENIVIESOFF8ET13TO DACK OF OUN OR F/C FUR FACE OF CUPS z a N POINT s! a I�/c Y III 1 � Ill I HU6 ELEVATION II T •n I(ff nFIER iRAOE IS TO TOr or UUM ON 4AApNs PPOO KM � Jiil � IFJ L,II=�.! i I: I 'I Idl; rF•.If'J I [ LI I �+ TE I �,� f I —�� — TOP OF CURB BACK OF CURB FADE OF CURB I -- --� yrw} ;" LWALI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16,01_Attachment,A_Survey Staking Standards.docx Page 15 of 22 P a CL fY O/5 m STA=2+aojj r r+oa ---_ LL Lil �- -- � f 23 4 la o bt�ia`jf d4 a� I L 3aNvtsii3 xdw ,os I c� FiHna 3o )i3ys s aana �O NOVO 1 i a I 39Nb1Sla 'NVM ,OV iD � II ss o r U O:\Specs-Stds Governance Process\7emporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project !Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: 0 GPS STATION ❑ OTHER LOCATION: CONSULTANTICONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OT IERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT +FILL -LTI+RT GRADE ELEV. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 17 of 22 X As -built SurVev 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16,01_Attachment A Survey Staking 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. 0:\5pecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 r 9362•X '.>r!'+RV�YY 9 ndd - 06bd7 WJ l7liC4Gi .UA7 �3h51J lN1d l;gy.r;'�,) ,!3n3.NLf3N H3Aws 44 jmn 0 M u3ivN ..��� P y ni; �s➢ � � t � 1 ! �� � ��6 SLY p`p E d�3� �F �°€il jig 1 €�a err , 3 Bt EC lk2e i 05.6Y1S N7 NJIVFP rq h Y.k 'val rr!M1 L J. �I—Y 3t r' f" s AL .� 1 � L J f1 I + i o"I 'AT? :� �_ li '1 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 sra " mWL yitC4ffritS' AW STA 0$7A0 - IffWL rROYO AV srAo 700/ZWo taut � vW IN: C W)FW TO Mr. UWaM +pjzx y�X4 hIA10M $WOE l a "yP'1NL J6jr4 I2 7EE hys�45 y W M AW . het�erkm rya yy�GAr15 vane � h!$'�•yt7tT tRFJ10 SrAO�lti - 8'6PL h �rrrx�eo31 nra�3esa y;oarsrz� E�py53E7lr9t! xzasa3rn9a 1%Et5fi317Sf10 I.Iry B'a4'f w m 1-06" VAWL-V hF1Rt f6dRAN1 �= tar rri ` � �y�� F 0Mq : wtvE om ny�J n+, + 0�14 r tar r s< LTP.Fl3 sdt+¢;•,FttSr,Fartim+ BLK $ Et E14 Y 7 or 2 H iva t.z�e7Vr tfJ j� •aY,• Of 3GaJ lff`LL7yTry 6 AE&WW OwAffrER OR 614r NGir•2 TRY SCY r t�tiB9iJy6�Y93a 4 TRY'� ' r1 IZ WATER Ek �r PROIVSFD - SFV�lPAW Sd W � k, SEE SHEL I ¢ r srrr s odm - tw OF a hyr9�VERl: BElyD F.a� rv-� sza oarwru-Rm 4• E-PJ�3!�ip72 1s3rAtb beAUMDSLEEVE hrr4FMr. MD hW_17V&V.!TEED 67 yF V 0WArM P1FE A4tWAZESW Q74lhar To Mon 1rWNFER E 2g163R3.Pd13 t: F. lQ',aJYO k-6347tfMT9 E09d738 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 ZZ 10 ZZ abed xJap'sPaepuejs BUIJBI5 ADWS d juaw4oe4jd Z0'9j'£Z i � . j :fINAK A I Simi r I A. rig s Fj Oil PIN. 8 Ir 3�MATCH LINE 5TA 0.50 PROP. S5 GNE A� ���I;�5555 Y �syryR� q��fga� .gv y�g � �� r�! 3 p � �� � �5� tl'�og F 3 I � �gf� § i s gg a �i `®®y RR yq YY55L�YYY F , I I Q AA 9 11 1 Mai411 1. 1; WAE t G SMir SEWER R..L. I£XI" Lei° --r ml *sm r, CXY FRWE47- Xa ona - MY & ftWd .fm x-Qjg� O:\Spec: zmft -, BLK 2J A05 cftI 04 M.FMµ "A wr M9 rs/u ' NEWERS£RV,CE W/ atE IMr �LAYTON RD. W Ec71'Wcltt I�� v 0WATER ""'m R ONE A `ep d� bfra++'t +yj FJt15T.. Y,.ZJ3" A7o.4 &'sAN.-E'ER i STA.WA - 9SS UNE A • lzr 4 EXrMSMOM3111- EYtST.SMP74E--3654 �+ rUWE EJNSr-WH Vdngrh� CWSrAWF d LF OF s3S UN£ oBpy C grerLYAMH INMDE W/ Caffliasm PRCT&TOI r pONNF.(.T PAW. MSS (NMM) TO PRO SSMA N 7gAm e"IM-13=r r4 V CM MAP K(), =R-3iD[1. 20?-+--3. MAt?SCO PAGE NO.74N. , 7; W 2.00 1100 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 ]1\0171 Obviously the .csv or Axt 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. POINTNO, NORTHING EASTING ELEV. OESCRIPiION 1 6946257.189 2296079.165 726.09 SSMH RIM _ v 2 6946260.893 2296062.141 725.669 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM pp t 40f bf�--,+ k 4 6946220,582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH A 7 6946136.012 2295992.115 719.448 WM RIM J 8 6946002.267 2295919.133 713.331 WM RIM Tk �] 9 6946003.056 2295933,418 713.652 CO RIM 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 6945996.591 2295862,188 708.205 WM RIM 1' L'{�' T\ { fCi 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM i CK 9- 16 6945835.678 2295799,707 707.774 SSMH RIM r f_J 17 6945817.489 2295827.011 708.392 SSMH RIM 18 6945759,776 2295758.643 711.218 SSMH RIM �.} A ,/ IN!�F, 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 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 'r 24 6945643.407 2295736.W 719,737 CO RIM t t_ 1 e;Stt T C- 25 6945571.059 2295655.195 727.514 55MH RIM 26 6945539,498 2295667,803 729.123 WM RIM -rf-I 27 6945519.834 2295619.49 732.689 WM RIM e S 28 6945417,879 2295580,27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM S d 30 6945387.356 2295597.101 740,756 GV RIM TT- 31 6945370.698 2295606.793 740.976 GV RIM rw- 54,(4W4 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 748A54 WM RIM 36 6945233,624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM p ttl� r C, L 38 6945142.015 2295557,666 750.853 WM RIM 39 40 6945113.445 6945049.02 2295520,335 2295527.345 75LB71 WM RIM 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM`42 6945038.878 2295552.147 751.88 WM RIM43 )7f 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943A32 2295556.479 752A56 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23,16,01_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 23.15.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 ._-,-.....F--.....-..-...-__,.._._.....-'------ ---..... 2 si i-- -� -- - - - - --- -- ...-.._._--- ----------- ------- ----- ------ — -- �•q ; .A a $' lib- _ -. -.-_ .............. - --- - --- - - - - - -- - # E ui uui� ou kVI u� tR 5 .p 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A -survey Staking Standards.docx Page 26 of 26 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 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. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised duly I, 2011 CITY PROJECT NO. 103011 01 74 23 - 2 CLEANING Page 2 of 4 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. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies_ CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 017423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. ThoroughIy clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located containcr(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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July I, 2011 CITY PROJECT NO. 103011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION Revised July 1, 2011 END OF SECTION Revision Log SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 SECTION 0176 00 ASSET MANAGEMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materials, tools, equipment and services necessary for all work as indicated in accordance with the provisions of the contract documents to provide asset attribute data and asset tags for the equipment being supplied under this Contract. The Contractor shall cooperate with the Owner or their agents and other project Contractors or their agents and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work, or in connection with normal use of the facilities. B. Periodic coordinating conferences shall be held as required to coordinate the format, content and completeness of the asset management information. PART 2 - PRODUCTS 2.01 EQUIPMENT TAGS A. Equipment tags shall be constructed of stainless steel and engraved as specified below. Stainless steel equipment tags shall be constructed of minimum 22-gauge 316 stainless steel. Lettering shall be engraved with black infill. The size of each tag shall be determined by the Owner and shall be one of the following sizes; 4" x 6", 2" x 4", 2" diameter, 1-1/2" diameter or 1" x 3". Tags shall have rounded corners and 3/16" hole when attaching with wire or chain. Stainless steel tags shall be mounted by adhesion, anchored into wall/equipment using stainless steel anchors/screws or attached with six -ply wound 304 stainless steel wire meter seals or stainless -steel ball chain. When meter seals are utilized, provide Owner with minimum 10% extra meter seals and one sealing press. Contractor shall coordinate attachment method with Owner 2. For each asset, the tag shall include equipment description, equipment location, and Equipment Record Number (ERN) information as provided in the Equipment List. The initial Equipment List can be downloaded from BIM 360. 3. Contractor shall also provide a physical sample of each size and material of tags that will be used to identify the assets for approval by the Owner. 4. These tags are for the Fort Worth Asset Management System and are in addition to the equipment required other specification sections and shall be coordinated with other tags required. CITY OF FORT WORTH i VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLI❑S DRYING FACILITY REVISED DECEMBER 22, 2022 CITY PROJECT NO. 103011 PART 3 e EXECUTION 3.01 GENERAL A, The Contractor shall perform and meet the following requirements for asset management: 1. Prior to substantial completion, the Contractor shall submit any applicable revisions or updates to the initial Equipment List and will work with the Owner to finalize the list. The initial Equipment List is included as Attachment 1 at the end of this section. 2. The Contractor shall fill in data on the final Equipment List and return it to the Owner. A preliminary equipment list for this project is included at the end of the specification. 3. For each asset, the Contractor shall engrave and install one tag. The tag shall include the equipment description, equipment location, and Equipment Record Number (ERN) information as provided in the finalized Equipment List. 4. The Owner's Inspector will confirm that the tags match the finalized Equipment List. Contractor shall correct any deviations and have all tags installed prior to substantial completion, END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY REVISED DECEMBER 22, 2022 CITY PROJECT NO. 103011 F®RTW_ ®RTH_ Project Name: VCWRF Additional Gas Service -- , Project Number: 103011 WATER Consults fore requesting snbstantiai completion) 1 Equipment Location Equipment Desa) Installation Date/Substantial completion Length of Warranty Flow Control Valve - To Kinder Morgan Flow Control Valve - To Biosolids Facility 24" Separator/Drip Pot Level Meter - 24" Separator i 20" Gas Filter Separator Level Meter - Gas Filter Separator - Level A j Level Meter - Gas Filter Separator - Level B I Differential Pressure - Gas Filter Separator i Pressure Meter- Upstream of PCV Pressure Meter- Downstream of PCV Pressure Control Valve C C 1 of 3 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT 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. 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 ADARNISTRATIVE 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 SUBMHTTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBNVIITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 01 77 19 -2 CLOSEOUT REQUIREMENTS Page 2 ❑f3 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXANUNATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A, Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 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 days, 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 City. 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 fisted in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified 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 bulbs 33 e. Fuses 34 f. Vault keys 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 subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 1 2 3 4 5 6 7 8 9 LO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 77 19 -3 CLOSEOUT REQUIREMENTS Page 3of3 I. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT US-ED] 3.6 R&INSTALLATION [NOT USED] 3.7 FIELD [oa] 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 ATTACIUVVIENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 017823-1 OPERATION AND MAINTENANCE DATA Page I of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City`s maintenance and operation of products furnished under Contract 2. Such products may include, but arc not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form I . Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/Z 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d, Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. c. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Ncatly 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. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate; 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking 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] 19 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 10301 1 01 7823 -5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 VCWRF ADDITIONAL GAS LINE. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 7839-2 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 Ioss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 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 I. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 01 78 39 - 3 PROTECT RECORD DOCUMENTS Page 3 of 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 017123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO, 103011 01 78 39 - 4 PROJECT RECORD DOCUMENTS 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 -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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 0241 13 -1 SELECTIVE SITE DEMOLITION Page 1 of 5 SECTION 02 4113 SELECTIVE SITE DEMOLITION A- Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps, landings, and detectable warning surfaces 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from 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 3123 23 — Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Detectable Warning Surface: measure by each e. Remove Driveway: measure by the square foot by type. f. Remove Fence:measure by the linear foot. g. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. h. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot i. Remove Mailbox, Remove and Replace Mailbox, and Relocate Mailbox: measure by each. j. Remove Rip Rap: measure by the square foot. k. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 0241 13-2 SELECTIVE SITE DEMOLITION Page 2of5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 12 hauling, disposal, tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects, this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 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 d. Remove Detectable Warning Surface: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes detectable warning surface removal from ramp. e. Remove Driveway; full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfllling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for removal, hauling, disposal or relocation, and installation or construction of replacement, tools, equipment, labor and incidentals needed to execute work for different types: traditional pipc and mailbox or brick mailbox, at equal or better condition on completion k. Remove Rip Rap; full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shallbe considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised March 11, 2022 VCWRF ADDITIONAL CAS LINE• FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 10301 I 0241 13 -3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 2 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. For utility projects, this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS fNOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] I2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] I7 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Fill Material: See Section 3123 23. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. Sce 3.4.K 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Saw cut when removing to nearest joint is not practical. See 3A.K 35 C. Remove ADA Ramp CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 0241 13 -4 SELECTIVE SITE DEMOLITION Page 4 of S [ 1. Sawcut existing curb and gutter and pavement prior to wheelchair ramp removal. 2 Sec 3AX 3 2. Remove ramp to nearest existing dummy, expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp, including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway 10 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4.K. 12 2. Remove drive to nearest existing dummy, expansion or construction joint. 13 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 14 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F. Remove Fence 17 1. Remove all fence components above and below ground and backfill with acceptable 18 fill material. 19 2. Use caution in removing and salvaging fence materials. 20 3. Salvaged materials may be used to reconstruct fence as approved by City or as 21 shown on, Drawings. 22 4. Contractor responsible for kceping animals (livestock, pets, etc.) within the fenced 23 areas during construction operation and while removing fences. 24 G. Remove Guardrail 25 1. Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3. Do not mar or damage salvageable materials during removal. 28 4. Completely remove posts and any concrete surrounding the posts. 29 5. Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead mean. 33 H. Remove Retaining Wall (less than 4 feet tall) 34 1. Remove wall to nearest existing joint. 35 2. Sawcut when removing to nearest joint is not practical. Sea 3.4.K. 36 3. Removal includes all components of the retaining wall including footings. 37 4. Sidewalk adjacent to or attached to retaining wall.: See 3.4.A 38 1. Remove Mailbox 39 1. Salvage existing materials for reuse- Mailbox materials may need to be used for 40 reconstruction. 41 J. Remove Rip Rap CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 024113-5 SELECTIVE SITE DEMOLITION Page 5of5 1 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3 K. Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete to remain in place. 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 L. Sawcut 11 1. Sawing Equipment 12 a. Power -driven 13 b. Manufactured for the purpose of sawing pavement 14 c. In good operating condition 15 d. Shall not spall or fracture the pavement to the removal area 16 2. Sawcut perpendicular to the surface completely through existing pavement. 17 3.5 REPAIR [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 12120/2012 D. Johnson 1.2.A.2. Modified Payment -Items will be subsidiary to trench on utility projects 3/11/2022 M Owen/S Hobbs Added measurement and payment for Remove andReplace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 0241 15 - 1 PAVING REMOVAL Page 1 of 6 SECTION 02 4115 PAVING REMOVAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials 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 32 1133 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised February 2, 2016 CITY PROJECT NO. 103011 0241 15 -2 PAVING REMOVAL Page 2 of 6 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 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] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised February 2, 2016 CITY PROJECT NO. 103011 0241 15 -3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USEDI 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3 A.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 2, 2016 CITY PROJECT NO. 103011 0241 15-4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.13. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. if the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable 'Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised February 2, 20I6 CITY PROJECT NO. 103011 0241 15-5 PAVING REMOVAL Page 5 of 6 d. In all situations where the existing H.M.A.C, surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. £ Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 'inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 1133. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 1133. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING'FACILITY Revised February 2, 2016 CITY PROJECT NO. 103011 024115-6 PAVING REMOVAL Page 6 of 6 1. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [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] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. — Removed duplicate last sentence. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 033000-1 CAST -IN -PLACE CONCRETE Page I of 25 SECTION 03 30 00 CAST -IN -PLACE CONCRETE A. Section Includes: 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 i. 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 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENC ES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 3000 -2 CAST -IN -PLACE CONCRETE l 2 3 4 5 6 7 8 9 10 li 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 Page 2 or25 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. ACT 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 (Al SC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b, Al53, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. Al93, 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, A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimetcr] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mined 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 03 3000 -3 CAST -IN -PLACE CONCRETE 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 Page 3 of 25 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. C595, Standard Specification for Blended Hydraulic Cements v. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. w. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. x. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. y. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. z. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. aa. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. bb. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. cc. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. dd. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D 1.1, Structural Welding Code -Steel, b. D I A, 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 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 32 33 34 35 36 37 38 39 40 41 42 43 44 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, blockouts, 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 metalassemblies 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 VCWRF ADDITIONAL OAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 033000-4 CAST -IN -PLACE CONCRETE Page 4 of25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Sectional 33 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMC.Ns "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 3000 -5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage- 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A- Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products. Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form -Facing Materials 23 1. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. '/4-Inch x %-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form -Release Agent 33 a. Commercially formulated form -release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 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 033000-G CAST -IN -PLACE CONCRETE Page G of 25 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. Reinforc ement Ac c es s ories 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-steelbar 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reyised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 03 30 00 - 7 CAST -IN -PLACE CONCRET E 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 Page 7 of 25 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 BY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: AST MA563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 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 %-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 3/a-inch bolt size, unless otherwise indicated. 1. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement, Portland -Limestone Cement a) ASTM C150, Type IIII, gray b) ASTM C595, Type IL cement c) 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) %-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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I.1, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 03 30 00 - 8 CAST -IN -PLACE CONCRETE 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 Page 8 o[25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures 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 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B c. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, 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, '/a - inch x 1-inch. b. Available Products 1) 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.; Earths hield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials I. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 03 30 00 - 9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.;1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersble, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C 150, C595, Portland cement, Portland -Limestone Cement or hy- 44 draulic or blended hydraulic cement as defined in ASTM C219 45 c. Primer CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 -10 CAST -IN -PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions, and application 3 d. Aggregate 4 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C109/C109M 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 2. Repair Overlayment 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 C150, C595, Portland cement, Portland -Limestone Cement or hy- draulic 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 sandas recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. 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 deigned by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shallbe 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 Pc by the amount deigned in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shallbe 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 maybe made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than Portland ce- ment or Portland -Limestone cement in concrete as follows, unless specified otherwise: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 03 30 00 -11 CAST -IN -PLACE CONCRETE Page l 1 of 25 1 1) Fly Ash: 25 percent 2 2) Combined Fly Ash and Pozzolan: 25 percent 3 3) Ground Granulated Blast -Furnace Slag: 50 percent 4 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 5 Slag: 50 percent 6 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 7 cent 8 6) Silica Fume: 10 percent 9 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 10 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 11 cent 12 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 13 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 14 percent and silica fume not exceeding 10 percent 15 3. Limit water-soluble, chloride -ion content in hardened concrete to: 16 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 17 (typical) 18 b. 0.15 percent by weight if concrete will be exposed to chlorides l9 c. 1.0 percent by weight if concrete willhave no exposure to chlorides and will be 20 continually dry and protected. 21 4. Admixtures 22 a. Use admixtures according to manufacturer's written instructions. 23 b. Do not use admixtures which have not been incorporated and tested in accepted 24 mixes. 25 c. Use water -reducing high -range water -reducing or plasticizing admixture in 26 concrete, as required, for placement and workability. 27 d. Use water -reducing and retarding admixture when required by high 28 temperatures, low humidity or other adverse placement conditions. 29 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 30 industrial slabs and parking structure slabs, concrete required to be watertight, 31 and concrete with a water-cementitious materials ratio below 0.50. 32 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 33 P. Concrete Mixtures 34 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 35 Highways, Streets, and Bridges" for: 36 a. Culverts 37 b. Headwalls 38 c. Wingwalls 39 1 Proportion normal -weight concrete mixture as follows: 40 a. Minimum Compressive Strength: 3,000 psi at 28 days 41 b. Maximum Water-Cementitious Materials Ratio: 0.50 42 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 43 inches before adding high -range water -reducing admixture or plasticizing 44 admixture, plus or minus I inch 45 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3A- 46 inch nominal maximum aggregate size CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised Marsh 11, 2022 CITY PROJECT NO. 103011 03 3000 -12 CAST-W-PLACE CONCRETE Page 12or25 1 Q. Fabricating Reinforcement 2 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 3 R. Fabrication of Embedded Metal Assemblies 4 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 5 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 6 accordance with AWS D1.1. 7 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 8 All other metal assemblies shall be either hot dip galvanized or painted with an 9 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 10 installed in accordance with the manufacturer's instructions. Repair painted 11 assemblies after welding with same type of paint. 12 S. Concrete Mixing 13 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 14 ASTM C94, and furnish batch ticket information. 15 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 16 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 17 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 18 2. Project -Site Mixing: Measure, batch, and mile concrete materials and concrete 19 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 20 batch machine mixer. 21 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 22 minutes, but not more than 5 minutes after ingredients arc in mixer, before any 23 part of batch is released. 24 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 25 seconds for each additional 1 cubic yard. 26 c. Provide batch ticket for each batch discharged and used in the Work, indicating 27 Project identification name and number, date, mixture type, mixture time, 28 quantity, and amount of water added. Record approximate location of final 29 deposit in structure. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXANUNATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3,4 INSTALLATION 37 A Formwork CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 -13 CAST -IN -PLACE CONCRETE Page 13 of 25 1 1. Design, erect, shore, brace, andmaintain formwork, according to ACI 301, to 2 support vertical, lateral, static, and dynamic loads, and construction loads that might 3 be applied, until structure can support such loads. 4 2. Construct formwork so concrete members and structures are of size, shape, 5 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 6 a. Vertical alignment 7 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 8 2) Outside corner of exposed corner columns and control joints in concrete 9 exposed to view less than 100 feet in height - 1/2 inch. 10 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 11 height but not more than 6 inches. 12 4) Outside corner of exposed corner columns and control joints in concrete 13 exposed to view greater than 100 feet in height - 1/2000 times the height 14 but not more than 3 inches. 15 b. Lateral alignment 16 1) Members - 1 inch. 17 2) Centerline of openings 12 inches or smaller and edge location of larger 18 openings in slabs - 1/2 inch- 19 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 20 c. Level alignment 21 1) Elevation of slabs -on -grade - 3/4 inch. 22 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 23 inch. 24 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 25 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 26 and thickness of WAS and slabs. 27 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 28 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 29 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 30 e. Relative alignment 31 1) Stairs 32 a) Difference in height between adjacent risers - 1/8 inch. 33 b) Difference in width between adjacent treads - 1/4 inch. 34 c) Maximum difference in height between risers in a flight of stairs - 3/8 35 inch. 36 d) Maximum difference in width between treads in a flight of stairs - 3/9 37 inch. 38 2) Grooves 39 a) Specified width 2 inches or less - 1/8 inch. 40 b) Specified width between 2 inches and 12 inches - 1/4 inch. 41 3) Vertical alignment of Outside corner of exposed corner columns and control 42 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 43 4) All other conditions - 3/8 inch in 10 feet. 44 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 45 as follows: 46 a. Class B, 1/4 inch for smooth -formed finished surfaces. 47 b. Class C, 1/2 inch for rough -formed finished surfaces. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 4. Construct forms tight enough to prevent loss of concrete mortar. 2 5. Fabricate forms for easy removal without hammering or prying against concrete 3 surfaces. Provide crush or wrecking plates where stripping may damage cast 4 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 5 horizontal to 1 vertical. 6 a. Install keyways, reglets, recesses, and the like, for easy removal. 7 b. ` Do not use rust -stained steel form -facing material 8 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 9 required elevations and slopes in finished concrete surfaces. Provide and secure 10 units to support screed strips; use strike -off templates or compacting -type screeds. 11 7. Construct formwork to cambers shown or specified on the Drawings to allow for 12 structural deflection of the hardened concrete. Provide additional elevation or 13 camber in formwork as required for anticipated formwork deflcctions due to weight 14 and pressures of concrete and construction loads. 15 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 16 caps, walls, and columns straight and to the lines and grades specified. Do no earth 17 farm foundation elements unless specifically indicated on the Drawings. 18 9. Provide temporary openings for cleanouts and inspection ports where interior area 19 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 20 securely braced to prevent loss of concrete mortar. Locate temporary openings in 21 forms at inconspicuous locations. 22 10. Chamfer exterior corners and edges of permanently exposed concrete. 23 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 24 bulkheads required in the Work. Determine sizes and locations from trades 25 providing such items. 26 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 27 sawdust, dirt, and other debris just before placing concrete. 28 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 29 leaks and maintain proper alignment. 30 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 31 written instructions, before placing reinforcement, anchoring devices, and 32 embedded items. 33 a. Do not apply form release agent where concrete surfaces are scheduled to 34 receive subsequent finishes which may be affected by agent. Soak contact 35 surfaces of untreated forms with clean water. Keep surfaces wet prior to 36 placing concrete. 37 B. Embedded Items 38 1. Place and secure anchorage devices and other embedded items required for 39 adjoining work that is attached to or supported by cast -in -place concrete. Use 40 setting drawings, templates, diagrams, instructions, and directions furnished with 41 items to be embedded. 42 a. Install anchor rods, accurately located, to elevations required and complying 43 with tolerances in AISC 303, Section 7.5. 44 1) Spacing within a bolt group: 1/8 inch 45 2) Location of bolt group (center): % inch CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 -15 CAST -IN -PLACE CONCRETE Page Isor25 1 3) Rotation of bolt group: 5 degrees 2 4) Angle off vertical: 5 degrees 3 5) Bolt projection: f 3/8 inch 4 b. Install reglets to receive waterproofing and to receive through -wall flashings in 5 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 6 shelf angles, and other conditions. 7 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. Removing and Reusing Forms 1. 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 forbeam 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. c. 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 unshored 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. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY ON" FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 033000-16 CAST -IN -PEACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use pate hed forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2, Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring I0 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 27 conforming to AS TM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less:t3/8 inch 31 2) Members more than 8 inches deep: f 1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:+-3/8 inches for members 8 33 inches deep or less; ±1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: I inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by Iapping and tying ends. Comply 43 with ACT 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINT. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2, Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 L Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 033000 -18 CAST-IN-P LACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, watermay be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 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 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete willbe 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, Emit 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. Ifpla.ce 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 reinforcementand other embedded items and into corners. 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 auniform 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 306.1 and as follows. Protect concrete work fromphysical 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, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice maybe used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. I I b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2, Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 IC Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to ahard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish_ Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a woad float finish. 42 L. Concrete Protecting and Curing 43 1 General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 3 05. 1 for hot -weather protection during curing. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-rctaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing allo. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 - 21 CAST -IN -PLACE CONCRETE 2 3 4 7 8 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 Page 21 of 25 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. e. 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 contactwith patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete exe ept w ithout 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 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to soured 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 Ieast 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 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 03 30 00 -22 CAST -IN -PLACE CONCRETE Page 22 of 25 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 1. 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: 1. 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 1 set for each additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C143; 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 C231, 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 C1064; 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 C31. 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. 6. Compressive -Strength Tests: ASTM C39; a, Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 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 testvalue falls below specified compressive strength by more than 500 psi. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACT 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load tcsting, or strengthening as maybe ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, willbe performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM El 155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO, 103011 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement Iines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 MinimumLocat Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: t 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: � 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR l3IOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 03 3000 -25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 10 DATE NAME 12/20/2012 D.Johnson 3/11/2022 ZelalemArega 11 END OF SECTION Revision Log SUMMARYOF CHANGE 2.2.0.3 Removed Blue Text/Added Descriptions forwater-soluble, chloride -ion content 3A.C.1 — Changed 75%to 70% 1.3.B.5.t, 2.2.I.1, 2.2.0.2, — AddedASTMC595— TypelLcement CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page I of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- 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: 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): L . 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. S. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 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 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL 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 design calculations for mix proposed for use. C. Trial batch test data 1. 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 USEDI 1.11 FIELD CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: 'hype 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page of 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 rioted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 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 batches using specified cemcntitious 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 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. 1f 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. 1. 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 C 143 with the following exceptions: 1. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR IBOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033413-5 CONTROLLED LOW STRENGTH MATERIAL {CLSM} Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION 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 REPAIR [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: CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO, 103011 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 1) 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 112 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 C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 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 FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING SNOT 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page I of SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- 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 I — 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. C172, 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. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 0334 16 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY (NUT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type 11 low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 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 tine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 318 inch. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 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. 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 REPAIR [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 C172 according to the following requirements: 1. Testing Frequency: Obtain I 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 C143; I 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 C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than I test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 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 C31. 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDI 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260000- 1 ELECTRICAL - GENERAL PROVISIONS Page I of 12 SECTION 26 00 00 ELECTRICAL - GENERAL PROVISIONS PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. All electrical work provided under any Division of the Specifications shall fully comply with the requirements of Division 26, D. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. E. The work shall include furnishing and installing the following: 1. Provide a complete raceway system, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. Coordinate construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions as required by the Contract Documents. 2. Provide a complete raceway system, wiring and terminations for all field -mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, Iocal indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions as required by the Contract Documents. 3. Provide a complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions. Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers' installation instructions. Review the raceway Iayout, prior to installation, with the Process Control System supplier and the cable manufacturer to ensure raceway compatibility with the systems and materials being furnished. Where redundant cables are furnished, install the cables in separate raceways as required by the Contract Documents. 4. Furnish and install precast electrical and instrumentation manholes, hand holes and light pole foundations as required by the Contract Documents. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 5. Power monitoring for the Owner's facilities shall be performed by a existing Electrical Power Monitoring and Control System (PMCS). Monitoring information from equipment specified in the individual Sections of Division 26, and as shown on the Drawings, shall be interfaced to the monitoring system. 6. Coordinate the sequence of demolition with the sequence of construction to maintain plant operation in each area. Remove and demolish equipment and materials in such a sequence that the existing and proposed plant will function properly with no disruption of treatment. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260000-2 ELECTRICAL - GENERAL PROVISIONS Page 2of12 7. Make modifications to existing motor control centers, switchboards, panelboards and motor controllers including installation of circuit breakers, etc., or disconnection of circuits as required to provide the power supplies to new and existing equipment to maintain the plant in operation. 8. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy themselves as to any question that they might have, relating to existing equipment, condition or construction. 9. Provide standby generation to keep the Owner's process in service as required by the Contract Documents. F. Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment as specified in Section 26 41 19, G. Maintain the Owner's process operations during all construction including any required electrical or control system outages. Prior to bidding, obtain all needed process operational requirements and restrictions from. the Owner's staff during the site visits to determine the effect the operational restrictions may have on the construction schedule and/or bid price. Verify any process related information which may be shown or specified. If the obtained information conflicts with information in the Contract Documents, notify the Engineer in writing prior to bidding. As a minimum, include in the Contract Schedule and Bid Price the following items required to comply with operational requirements: 1. Additional Time and/or Expense 2. Additional Expense for after-hours work, 3. Additional equipment, materials, and personnel. 4. Standby generation with fuel. H. The Bid Price shall be in complete compliance with the Contract Documents. Any exception shall be included in the bid with a detailed explanation that clearly indicates the paragraph of this Specification and / or the item in the Drawings to which the exception applies. The Contractor shall explain in detail the reasons for the exception. The inclusion of an exception and its explanation as specified shall not constitute any obligation on the part of the Engineer / Owner to accept the Bid Price with the exception. I. This Specification shall have precedence over any conflict in the bidder's submittals and / or descriptive information and the Contract Documents unless an exception is made at the time of bidding as specified herein, and the bid price is accepted with the bidder's exception by the Engineer / Owner. Provide all tools, equipment, supplies, and shall perform all labor required to install the equipment specified in the Contract Documents to install, test, and place into satisfactory operation in the time specified for completion in the Contract Documents. Failure of any of the participants in executing the requirements of this Contract to perform the work as specified shall not constitute an acceptable reason for the Owner to grant any change in the Contract Price or additions to the Contract Time. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260000-3 ELECTRICAL - GENERAL PROVISIONS Page 3 of 12 K. The work includes demolition of existing electrical equipment, associated conductors and raceways. Included is the removal of ductbanks and manholes. The Contractor shall visit the site and verify the size of the ductbanks to be removed by inspection at the manholes and other places where the conduits transition from concealed to exposed. The Contractor shall include all labor and expense to remove the ductbanks, provide fill dirt to replace the volume of ductbank removed and compact to 95%. The Contractor shall reseed grass areas and repair streets or sidewalks disturbed by the removal of ductbanks shown or specified to be removed. 1.2 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS A. No references are made to any other section which may contain work related to any other section. The Contract Documents, which is defined to include both the Drawings and the Specifications, shall be taken with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, provide such information or additional work as may be required in those references, and include such information or work as may be specified. Examine all Sections of the Specifications and Drawings and determine the power and wiring requirements and provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, provide the additional conductors, raceways and/or wiring, and include in the Contract Price and Schedule. B. Process Divisions 1. Examine all Process Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Process Control System. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in Contract Price or Schedule. C. Mechanical Divisions Examine all Mechanical Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide fully functioning Mechanical Equipment Control Systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring with no change in Contract Price or Schedule. D. Electric Valve Operator Divisions Examine all Electric Valve Operator Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Electric Valve Operator Control System. If the equipment requires more conductors and/or wiring due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring with no change in Contract Price or Schedule. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260000-4 ELECTRICAL - GENERAL PROVISIONS Page 4 of 12 1.3 SUBMITTALS A. Submit Shop Drawings, in accordance with Division I requirements, for equipment, materials and all other items furnished under each Section of Division 26, except where specifically stated otherwise. An individually packaged submittal shall be made for each Section and shall contain all the information required by the Section. Partial submittals will not be accepted and will be returned without review. B. Submittals will not be accepted for Section 26 00 00. C. Each Section submittal shall be complete, contain all the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted, will be returned without review- D. Check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved shop drawings shall not provide relief from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section may be made per transmittal. E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered, or shop work started if the related shop drawings are marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT", "REVISE AND RESUBMIT", "REJECTED", or "NOT APPROVED", F. All approved shop drawings shall be maintained on site for the Owner's Inspector and for the Owner's Engineer to verify at the time of delivery of equipment to the job site. G. Up-to-date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved. H. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed on DVDs. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1.4 REFERENCE CODES AND STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards.: 1. National Electrical Safety Code (NESC) 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 (ILEA) 7. International Society of Automation (ISA) 8. Underwriters Laboratories (UL) CITY OF FORT WORTH Revised December 20, 2412 VCWRF ADDITIONAL GAS LIME FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260000-5 ELECTRICAL - GENERAL PROVISIONS Page 5 of 12 9. Factory Mutual (FM) 10. City of Fort Worth Electrical Code 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 shall be brought onsite without the UL label affixed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations, the higher performance requirement shall be binding, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents, compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, full compliance with all Laws and Regulations at all times, 1.5 HAZARDOUS AREAS A. Equipment, materials and installation in areas designated as hazardous on the Drawings shall comply with NEC Articles 500, 501, 502 and 503. B. Equipment and materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. 1.6 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.7 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.8 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer monthly. C. Record Drawings shall accurately show the installed condition of the following items: 1. One -line Diagram(s). 2. Raceways and pull boxes- 3. Conductor sizes and conduit fills. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260000-6 ELECTRICAL - GENERAL PROVISIONS Page 6 of 12 4. Panel Schedule(s). 5. Control Wiring Diagram(s), 6. Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle and switch outlet locations. 8. Underground raceway and duct bank routing. The drawings shall include the measured width and height of the ductbank and shall survey the elevation of the top of the duct bank or record its depth of burial below grade at intervals not to exceed 50 feet along the entire length. Changes in direction between termination points shall be surveyed and recorded on the record drawings. 9. Planview, measured dimensions and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. 10. Modifications to controls systems or any piece of electrical equipment including field -verified existing controls and all changes clearly identified. 11. All protective device and electrical system monitoring device settings. D. Submit a typical example of a schedule of control wiring raceways and wire numbers, including the following information: 1. Circuit origin, destination and wire numbers. 2. Field wiring terminal strip names and numbers. E. As an alternate, submit a typical example of point-to-point connection diagrams showing the same information, may be submitted in place of the schedule of control wiring raceways and wire numbers. F. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connection diagram) to the Owner/Engineer. G. Retainage will not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 1.9 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.10 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re -used. B. Material or equipment from a manufacturer, not submitted and approved for this project shall not be brought on site. Use of any such material or equipment, will be rejected, and shall be removed and replaced, with the approved material and equipment, with no change allowed in the Contract Price or Schedule. C. Material and equipment shall be UL listed, where such listing exists. D. All material, products, equipment and workmanship being furnished for the project shall be replaced if it does not meet the requirements of Contract Documents even if installed, with no change in Contract Price or Schedule. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260000-7 ELECTRICAL - GENERAL PROVISIONS Page 7 of 12 1.11 .IOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, successfully complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will be rejected and shall be removed and replaced with no change in Contract Price or Schedule. B. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.12 WARRANTIES A. Manufacturer's warranties shall be provided as specified in each of the Specification Sections. 1.13 EQUIPMENT IDENTIFICATION A. Identify all equipment (disconnect switches, separately mounted motor starters, control stations, etc.) furnished under Division 26 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc,, shall have nameplate designations as shown on the Drawings. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 INTERPRETATION OF DRAWINGS A. The Drawings do not show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Install each three-phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. Submit a Request for Information for any conduit route which is not clearly identified as concealed or exposed in the Contract Documents prior to its installation. D. Circuits are shown as "home -runs" shall be field routed. The raceway system provided shall include all necessary fittings, supports and boxes for a complete code -compliant raceway installation. Field routed raceway shall avoid blocking access to equipment either existing or spaces planned for future equipment and shall avoid blocking personnel egress through doors or access hatches. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Determine exact locations and obtain approval from the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINF FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260000-8 ELECTRICAL - GENERAL PROVISIONS Page 8 of 12 G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work, which is required due to the use of a pre - approved alternate item shall include the arrangement of equipment and/or layout other than that which is specified or shown herein, All additional work and materials required shall be provided with no change in the contract price or schedule. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, identify raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists; monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. J. Provide all conduit and conductors or data highway cables to RTU and/or PLC termination cabinets, where designated on the Drawings or otherwise required by the Specifications, the manufacture of the equipment, or submitted and approved systems. The conduit and conductors or data highway cables as shown on the interface drawings may not necessarily be shown on the floor plan. K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120-Volt control conductors. Do not combine conductors carrying low voltage signals in wireways without barriers or NEC code -compliant separation for their entire length in the wire way, and/or provide separate wireways to provide separation of the conductors. Low voltage signal conductors routed through manholes or hand holes shall be bundled and separated from other conductors. L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats, the HVAC equipment and the motor starters for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. M. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.2 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE FOR BIOSOLIDs DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260000-9 ELECTRICAL - GENERAL PROVISIONS Page 9 of 12 B. Electrical equipment or raceways shall not be attached to or supported from, sheet metal walls. C. Electrical equipment pads shall be provided for all free-standing equipment. Dimensions shall be 3-inches high. With 3-inch extension from front of equipment for equipment mounted against the wall and 3-inch extension on front and rear sections when equipment is rear accessible. 3.3 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B. Unless measurements are shown on the drawings, the locations for stubbing up and terminating concealed conduits which are shown on the drawings are approximate. Exact locations are required for stubbing -up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing. No change in Contract Price or Schedule for such change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33, 3.4 CUTTING AND PATCHING A. Coordinate with Divisions 2 and 3 for cutting and patching. B. Core drill holes in concrete floors and walls as required. Obtain written permission from the OwnerfEngineer before core drilling any holes larger than two inches. C. Schedule the installation of work to provide the minimum amount of cutting and patching. D. Cutting or drilling holes for the installation of raceway through joists, beams, girders, columns or any other structural members is strictly prohibited. If a structural member is cut or drilled, restore the structural member to its previous condition in complete accordance with the instructions of the Structural Engineer, with no change in contract price or schedule regardless of the extent of the repairs required to restore the member to its previous condition. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. 1. Remove rubble and excess patching materials from the premises. J. Existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material approved by the Structural Engineer. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260000- 10 ELECTRICAL - GENERAL PROVISIONS Page 10 of 12 3.5 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No change in Contract Price or Schedule will be allowed for making these changes. B. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. C. Electrical equipment shall always be protected against mechanical or water damage. EIectrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not install electrical equipment in its permanent location until structures are weather -tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer or shall be replaced with no change in Contract Price or Schedule, at the Owner/Engineer's discretion. D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged, the entire panel or section shall be replaced, at no additional cost to the Owner. F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering from the top if the enclosure is installed in a damp or wet area. Should raceways be installed entering the top, the enclosure shall be replaced and raceways re-routed to enter the side or bottom. Conductors, if installed, shall be removed and replaced. Correction of raceways entering the top and conductor replacement shall be provided with no change in Contract Price or Schedule. G. Conduits exiting tray in airconditioned indoor electrical rooms will enter the top of electrical enclosures. The location of these conduits shall be coordinated with the HVAC duct vents such that cold air will not blow on the conduits causing condensation which will enter the electrical enclosures. After installation, inspect the conduits while the HVAC system is running to insure no condensation is forming and entering any electrical enclosure. Re -direct the air flow if possible or re-route the conduits to avoid condensation. Conductors in re-routed conduits shall be replaced, re -terminated. retested and the operation of the equipment retested with no change in the Contract Price or Schedule. 3.6 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced Ioads across all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 26 05 19. 3.7 MANUFACTURER'S SERVICE A. Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. All settings, including those settings and arc flash labels required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer prior to energizing of the equipment. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260000- 11 ELECTRICAL - GENERAL PROVISIONS Page 11 of 12 B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. 3.8 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 26 and repair or replace all defective work. Make adjustments to the systems as specified and/or required. B. All tests required by the individual specification Sections shall be completed prior to energizing electrical equipment. Submit a sample test form or procedure. and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. D. Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequenced motor when connected to "A", "B" and "C" phases. G. Provide mechanical inspection, testing and setting of circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. H. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motor power factor capacitor ratings. K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. L. Refer to the individual equipment sections for additional specific testing requirements. M. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 3.9 TRAINING A. Provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR aIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 %r-101111I4MICJ. CITY OF FORT WORTId Revised December 20, 2012 ELECTRICAL - GENERAL PROVISIONS Page 12 of 12 THIS PAGE LEFT INTENTIONALLY BLANK VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260519-1 LOW -VOLTAGE WIRES AND CABLES Page 1 of 12 SECTION 26 05 19 LOW -VOLTAGE WIRES AND CABLES PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and cable, connectors and accessories, specified under this Section with all selections, options and exceptions clearly indicated. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. Certified Tests 1. Submit a test report of all installed wire insulation tests. C. Operation and Maintenance Manuals Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO, 103011 260519-2 LOW -VOLTAGE WIRES AND CABLES Page 2 of 12 NFPA 70 National Electrical Code (NEC) 2. NEMA WC-5 — Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3. ANSIMA/EIA 606A Standard for telecommunications Infrastructure 1.5 QUALITY ASSURANCE A. The general construction of the wire, cables and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. B. Wire and cable with a manufacture date of greater than 12 months previous will not be acceptable. C. Wire and cable shall be in new condition, with the manufacturer's packaging intact, stored indoors since manufacture, and shall not have been subjected to the weather. Date of manufacture shall be clearly visible on each reel. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted., B. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Do not drop reels from any height. C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Wires and cables shall be annealed, 98% conductivity, soft drawn, tinned copper. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260519-3 LOW -VOLTAGE WIRES AND CABLES Page 3 of 12 B. All conductors shall be Class B stranded. C. Except for control, signal and instrumentation circuits, wire smaller than #12 AWG shall not be used. 2.2 POWER & BUILDING WIRE A. All building wire shall be tinned stranded copper conductors, Type XHHW-2 B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. Encore Wire 2.3 VARIABLE FREQUENCY DRIVE CABLE A. Cable for use with VFDs shall be symmetrical design, three stranded Class D, tinned copper, circuit conductors with XLPE insulation, three bare copper grounds, 100% shields with 50% overlap, and overall PVC jacket. Cable shall be 2000 volt, UL 1277 Type TC, XHHW-2 rated, 90°C., IEEE 1202/383. B. Manufacturers 1. Belden 2. General Cable 3. Southwire 4. Okonite 5. Encore Wire 2.4 1'RAY CABLE A. Cable for tray use shall be stranded tinned copper conductors, Type XHHW-2 insulation, rated as UL Type TC cable. Cable shall be sunlight resistant and approved for direct burial. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. Encore Wire 2.5 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be tinned stranded copper conductor, Type XHHW-2 with green insulation. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. Encore Wire CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260519-4 LOW -VOLTAGE WIRES AND CABLES Page 4 of 12 2.6 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor. B. Manufacturers 1. Southwire 2. General Cable 3. Okonitc 4. Encore Wire 2.7 CONTROL WIRE AND CABLE A. Control wire shall be NEC Type XHHW-2. B. Multi -conductor control cable, shall be tinned stranded, #14 AWG 600-volt, XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location. C. Manufacturers 1. Southwire 2, Okonite 3. General Cable 4. Encore Wire 2.8 INSTRUMENTATION CABLE A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and shall be: 1. Single pair cable: a. Conductors: Two 416 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL 1685 listed for underground wet location use f. Manufacturers 1) Okonite 2) Belden 2. Three conductor (triad) cable: a. Conductors: Three P16 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 900C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite 2) Belden 3. Multiple pair cables (where shown on the Drawings): a. Conductor: Multiple pairs, #16 AWG stranded, tinned and twisted on a two- inch lay b. Insulation. PVC with 600-volt, 90°C rating c. Shield: Individual pairs shielded with 100% Mylar tape and drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 260519-5 LOW -VOLTAGE WIRES AND CABLES Page 5 of 12 f. Manufacturers: 1) Okonite 2) Belden 2.9 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: Category 5e above Grade shielded Cable a. Conductors: Four bonded pair #24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100% aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. UL21047 and UL 1666 listed for indoor and dry locations use f. Manufacturers 1) Belden 7957A Category 5c 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. NEC CMR e. UL 1666 listed for indoor and dry locations use f. Manufacturers l) Belden 7923A Category 6 above Grade shielded Cable a. Conductors: Four bonded pair #23 AWG 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 c. 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 h. Manufacturers 1) Belden 7953A 4. Category 6 above Grade un-shielded Cable a. Conductors: Four bonded pair #23 AWG 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 g. Manufacturers 1) Belden 7940A 5. Category 6 below Grade Cable a. Conductors: 4 pair 23AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100 percent aluminum foil polyester tape with drain wire d. Jacket: Polyethylene with 300 volts rated and manufacturer's identification CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT No. 103011 260519-6 LOW -VOLTAGE WIRES AND CABLES Page $ of 12 c. Misc.: Gel filled and NEMA WC-63.1, listed for outdoor and wet locations use f. Manufacturers: 1) CommScope SYSTIMAX GigaSPEED X1 OD 1571 6. 485 Communications Cable a. Conductors: One pair #24 AWG Tinned Copper b. Insulation: Polyethylene c. Shield: 100% aluminum foil 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 f. Manufacturers 1) Belden 9841 B. Color code for Ethernet communications cables shall be as follows. 1. Green -- Phone 1 Data 2. Red FIRE Alarm 3. Blue — SCADA 2.10 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and high-level signals): Termination connectors shall be DIN -rail -mounted one-piece molded plastic blocks with tubular -clamp -screw type, with end barriers, dual side terminal block numbers and terminal group identifiers. Terminals to be UL Listed for stranded conductor terminations. Rated for a maximum of 2 #14 stranded conductors. Color of terminals to comply with NFPA 79. C. Manufacturers 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley 5. Approved equal D. Motor Conductors: Motor connections with conductors #12 AWG up to #6 AWG shall be ring type compression terminations on the motor leads and secured with bolt, nut and spring washer. Connections shall be -30°C rubber insulated, half lap, and two layers minimum of Scotch 33 or equal vinyl tape. Motor terminations for conductors #8 AWG and larger shall be in accordance with paragraph "Lugs and Connectors" below. Motors provided on this project per specification 26 05 50 and / or 26 05 51 shall have motor terminals enclosures with bus and NEMA one -hole or two -hole pads to accommodate the conductor terminals specified herein. E. Lugs and Connectors 1. All lugs and connectors shall be tin plated copper and shall be crimped type, installed with standard industry tooling. Lugs and connectors shall match the wire size where used, and shall be clearly identified and color coded on the connector. All connections shall be made for stranded wire and shall be made electrically and mechanically secured. The lugs and connectors shall have a current carrying CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260519-7 LOW -VOLTAGE WIRES AND CABLES Page 7 of 12 capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75°C. Lugs for 912 AWG up to #6 AWG shall be ring terminals. Conductors #4 AWG and larger shall be two -hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. 2.11 SPLICE MATERIALS A. Power Conductors: Circuits shall be pulled from terminal to terminal, without splicing, except where splicing is shown on the Drawings. No other splicing will be permitted. For wires sizes #8 AWG and smaller, provide color coded wire nuts, with metal inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. For wires greater than #8 AWG, provide a heat shrink insulated, color -coded, die - crimped splice lug, T&B 54XXX, or equal, rubber insulated, with half lap and two layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.12 WALL AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME -SAFE" as manufactured by the Thomas & Betts Corp. or equal. 2.13 WIRE AND CABLE TAGS A. Use the tagging formats for wire and cable as shown on the Drawings. Where modifications or additions are made to existing wire and cable runs, replace existing tags with new modified tags. B. Wire tags for wire sizes, #2 AWG and smaller, shall be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible marking process. Character size shall be a minimum of 1/8-inch in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. C. Tags for wires larger than #2 AWG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped -on markers are not acceptable. E. Tagging shall be done in accordance with the execution portion of these Specifications. 2.14 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes #8 or greater; where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire 1-Phase, 3 Wire Phase A Phase B Neutral CITY OF FORT WORTH Revised December 20, 2012 Color Black Blue White VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260519-8 LOW -VOLTAGE WIRES AND CABLES Page 8 of 12 208Y/120, Volts Phase A Black 3-Phase, 4 Wire Phase B Red Phase C Blue Neutral White 480/277, Volts Phase A Brown 3-Phase, 4 Wire Phase B Orange Phase C Yellow Neutral Gray/White with one or more colored stripes 2.15 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. PART 2 - EXECUTION 3.1 GENERAL A. Do not install conductors until the raceway system is in place. No conductor shall be installed between outlet points, junction points or splicing points, until raceway sections have been completed, and raceway covers are installed for protection of conductors from damage or exposure to the elements. Any conductor installed in an incomplete raceway system shall be removed from the raceway system and from project site. A complete inspection of such raceway sections shall be completed, before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E, Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed with tension -monitoring equipment. Conductors which are found to have been installed without tension —monitoring shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, with no change in the Contract Price or Schedule allowed. F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch -pound requirements of the NEC and UL. H. Single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as are and fireproofing tapes, shall be bundled throughout their exposed length with nylon, self- locking, releasable, cable ties placed at intervals not exceeding four inches on centers. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260519-9 LOW -VOLTAGE WIRES AND CABLES Page 9of12 1. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 3.2 CONDUCTORS 1000 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings, as a minimum. B. Use crimp connectors on all stranded conductors. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Arrange wiring in cabinets and panels neatly cut to proper length Surplus wire shall be removed unless noted otherwise. Conductors shall be bridled or bundled and secured in an acceptable manner. Identify all circuits entering motor control centers and all other control enclosures in accordance with the conductor identification system specified herein. E. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. F. Attach compression lugs, larger than #6 AWG, with a tool specifically designed for that purpose which provides a complete, controlled crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors passing through holes or over edges in sheet metal enclosures. 1. Provide at least 6 feet spare conductors in freestanding panels and at least two feet spare in other assemblies for all conductors which are to be terminated by others. Provide additional conductor length in any assembly where it is obvious that more conductor will be needed to reach the termination point. J. Do not combine power conductors in the same raceway unless shown on Drawings. Do not run signal conductors carrying voltages less than 120 volts AC in the same raceway as conductors carrying higher voltages regardless of the insulation rating of the conductors. Do not share neutrals on branch circuits. 3.3 GROUNDING A. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly grounded in accordance with NEC requirements and specification 26 05 26. Ground wires exposed to mechanical damage shall be installed in rigid aluminum conduit. Make connections to equipment with solderless connections. Connections to ground rods shall be of the fused type equal to the Cadweld process. 3.4 TERMINATIONS AND SPLICES A. No splices of wire and cable will be permitted, except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Power conductors: Terminations shall be made with connectors as specified. Splices, where specifically allowed as stated above, shall be made in a Termination Cabinet (TC). CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260519-10 LOW -VOLTAGE WIRES AND CABLES Page 10 of 12 C. Control Conductors: Splices of control conductors will not be permitted between terminal points. Terminations shall be made with approved terminals as specified. D. Instrumentation Signal Conductors (including graphic panel, alarm, low and high level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Terminations shall be made with connectors as specified. The shield of pair shielded and triad shielded shall be terminated on terminal strips. Provide dedicated terminal block to every conductor including shields. Double lugging terminations is not acceptable. 3.5 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required. B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete 1/0, multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded at the PLC/RTU. Terminal blocks shall be provided for inter -connecting shield drain wires at all junction boxes. Individual circuit shielding shall be provided with its own block. E. Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before termination, peel back the outer sheath, leaving the shield intact. Wrap the drain wire around the conductors, leaving approximately two inches exposed. Wrap the drain wire with two Iayers of Scotch 33 tape. 3.6 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways. A termination point is defined as any point or junction where a wire or cable is physically connected. This includes terminal blocks and device terminals. A major access point to a raceway is defined as any enclosure; box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged. Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 3.7 CABLE TAGGING A_ All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2605 19- 11 LOW -VOLTAGE WIRES AND CABLES Page 11 of 12 B. The cable tag shall be installed where the cable enters and leaves each access point (e.g., junction box, manhole, etc.). In cases of limited access space, a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 3.8 RACEWAY SEALING A. Raceways entering junction boxes or control panels containing electrical or instrumentation equipment shall be sealed with 3M 1000NS Watertight Sealant or approved equal. B. This requirement shall apply to for all raceways in the conduit system. 3.9 FIELD TESTS A. Conductors under 1000 volts 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 1000-voIt megger, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. 3. Minimum acceptable value for insulation resistance is 100 megohms. Lower values shall be acceptable only by the Owner/Engineer's specific written approval. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests to ensure that instrumentation cable shields are isolated from ground, except at the grounding point in the instrumentation control panel. Remove all improper grounds. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 19 - 12 LOW -VOLTAGE WIRES AND CABLES Page 12 of 12 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 26 05 26 - l GROUNDING AND BONDING SYSTEM Page i of 6 SECTION 26 05 26 GROUNDING AND BONDING SYSTEM PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Division I and Section 26 00 00, shop drawings and product data, for the following: 1. Ground rods. 2. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 26 - 2 GROUNDING AND BONDING SYSTEM Page 2 of 6 B. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals, C. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 —National Electrical Code (NEC) 2. UL 467-2007 --Grounding and Bonding Equipment NFPA 70E Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner PART 2 - PRODUCTS 2.1 RACEWAYS A. Conduit shall be as specified under Section 26 05 33. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260526-3 GROUNDING AND BONDING SYSTEM Page 3 of 6 B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be #12 AWG unless otherwise indicated on the drawings. 2.2 CONDUCTORS A. Conductors shall be as specified under Section 26 05 19 and 26 05 13. B. Equipment grounding conductors shall be tinned insulated XHHW-2 conductors. Conductors shall be green where available from the wire manufacturers or marked with green tape as specified under 26 05 19 and 26 05 13. C. Grounding electrode conductors shall be tinned copper where direct buried, or encased in concrete. Tinned grounding electrode,conductors or lightning protection conductors where exposed to damage shall be installed in conduit. Grounding electrode conductors or lightning protection down lead conductors shown, specified or required to be installed in conduit per the NEC with no other conductors shall be bare tinned copper. Bare conductors installed in metallic conduits shall be bonded to the metallic conduit at both ends. D. Grounding electrode conductors routed between concealed grounding electrodes or interconnecting grounding electrode counterpoise loop conductors to exposed (IE "Pigtails") shall be bare tinned copper. 2.3 GROUNDING ELECTRODES A. Ground rods shall be 3/4-inch by 10-foot copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 10 mils. B. Manufacturers for ground rods 1. ERICO 2. Copperweld 3. Approved equal. 2.4 CONNECTORS AND CONNECTIONS A. Waterpipe ground clamps shall be cast bronze. Manufacturers a. Thomas & Betts Co. Cat. JPT b. Burndy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger g. Approved equal h. Provide the correct size for the pipe. B. Other grounding system clamps, where specified or shown shall be cast bronze. Manufacturers a. Thomas & Betts Co. b. Burndy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260526-4 GROUNDING AND BONDING SYSTEM Page 4 of 6 g. Approved equal. C. All concealed grounding system or lightning protection system connections shall be by an exothermic weld process 1. Manufacturers a. T&B Furseweld SCRI b. Burndy Thermoweld c. Cadweld d. Approved equal. 2. Exothermic welded connections shall be used in exposed locations as specified herein. D. Provide a Burndy Hyground Irreversible Compression System or equal in areas where the Owner's operations prevent the use of an exothermic welded connection. The use of a compression system ground connection is otherwise prohibited without written approval on a case -by -case basis from the Owner or Engineer. Permission shall be submitted through the RFI process. Compression connectors installed without permission shall be removed and replaced with exothermic weld connections with no change in the Contract Price or change in the Contract Schedule allowed. E. All grounding connections which would require exothermic welding in, a Class 1 Division I Area as determined by NFPA 820, or the Engineer, or the NEC Authority Having Jurisdiction shall use a Burndy Hyground Irreversible Compression System, or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect the conductors from damage. The rigid conduits shall be aluminum or PVC -coated aluminum conduits as specified in 26 05 33. Bond the protecting conduits to the grounding electrode conductors at both ends. Water pipe grounding connections shall not be painted. Painted connections shall be disassembled, replaced and reconnected. B. Install equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. C. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in rigid metallic conduit. D. In NEC classified areas, connection of grounding electrode connections to structural steel columns shall be made with long barrel type one -hole heavy duty copper compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILrC'Y CITY PROJECT NO. 103011 26a526-5 GROUNDING AND BONDING SYSTEM Page 5 of 6 E. In new construction, bond each building column to the grounding electrode counterpoise system whether or not specifically shown on the Drawings using grounding electrode conductors. Grounding electrode conductors rising from the counterpoise to bond to a column shall be made using an insulated conductor the same size as the conductors used to form the counterpoise. Exposed grounding electrode conductors shall be routed in rigid conduit. Bond metallic conduits as specified. Grounding electrode conductor connections to structural steel columns shall be made with as permitted by the Structural Engineer with long barrel type one -hole heavy duty copper compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum #12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-1/2-inch and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tic wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized as shown with a minimum size in accordance with NEC Article 250.66. I. Provide power system grounding electrodes (ground rods) no closer than twice the length of the ground rod. Where a lightning protection is specified to be provided, the Contractor shall provide a dedicated lightning protection system grounding electrode (ground rod) at the end of every down lead if no counterpoise is present or shall connect directly to the power system counterpoise without driving a separate ground rod. Refer to Section 26 4100 for lightning protection system specifications. J. Provide a #1/0 AWG bare tinned grounding conductor the full length of each cable tray system, bond each section and tray fitting to the tray grounding conductor. Route the tray grounding conductor along the outside of the cable tray. Install no grounding clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray grounding conductor to the power system counterpoise grounding electrode system at the end of the tray, or for tray systems installed in a loop configuration, bond in at least two locations at opposite sides of the tray loop. Bond every enclosure to which tray conductors are routed to the tray grounding conductor. Bond every conduit or raceway routing tray conductors away from or to the tray system to the cable tray and to the cable tray grounding conductor. K. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. L. Seal exposed connections between different metals with no -oxide paint, Grade A or equal. M. Lay all underground grounding conductors' slack and, where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. un'Y OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260526-6 GROUNDING AND BONDING SYSTEM Page 6 of 6 N. Care shall be taken to ensure good ground continuity, between the conduit system and equipment frames and enclosures. Where necessary, bonding jumper conductors shall be provided. 0. Ground all grounding type receptacles to the outlet boxes with a minimum, #12 AWG XHIIW-2 stranded green conductor, connected to the ground terminal of the receptacle and bonded to the outlet box by means of a grounding screw. 3.2 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of -potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceded by no precipitation for a minimum of five days. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260529- 1 ELECTRICAL SUPPORT HARDWARE Page I of 6 SECTION 26 05 29 ELECTRICAL SUPPORT HARDWARE PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install electrical support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260529-2 ELECTRICAL SUPPORT HARDWARE Page 2 of 6 5. Cure and gel time tables 6. Temperature ranges (storage, installation and in-service). C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. D. 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. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard for Electrical Safety in the Workplace 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive -Bonded Anchors, ASTM International 5. AC308; Acceptance Criteria for Post -Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies having a UL standard specified in this Section of the Specifications, , shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, a list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 ,IOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, all submittal requirements must be complete, and an approved copy of all such submittals shall be available to the Owner/Engineer prior to delivery of the equipment. Delivery of equipment not completely constructed, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job -site. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LTNF. FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 20 0s 29 - 3 ELECTRICAL SUPPORT HARDWARE Page 3 of 6 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (temperature range) and expiration date must be supplied with product D. Metal Framing Systems 1. Material shall be new and unused, with no signs of damage trom handling. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 ANCHORING SYSTEMS A. Acceptable Manufacturers l . Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal 2. 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. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts shall be 316 stainless steel materials conforming to SAE 316. 3. UL 203 Rated. 2.2 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI 1-11T-RTZ with HIT-HY 200 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260529-4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts shall be 316 stainless steel materials conforming to SAE 316 standards. 2.3 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a, Tyco Unistrut b. B-Line c, Super -Strut d. Approved equal 2. 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. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing -fittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be 316 stainless steel material conforming to SAE 316. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. PART 3 .. EXECUTION 3.1 GENERAL A. Install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The locations of devices are shown as general on the Drawings and may be varied within reasonable limits as to avoid any piping or other obstruction without change in the Contract Price or Schedule, subject to the approval of the Owner and Engineer. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260529-5 ELECTRICAL SUPPORT HARDWARE Page 5 of 6 D. Install required safety labels. E. Electrical support channel shall be used to construct support assemblies as shown on the drawings. Horizontal braces attached to concrete or CMU walls or structural building steel are permitted if the space between the back of the support structures and the attachment points are too small to permit a walk space. No attachments to sheet metal are permitted as specified above. Incorporate additional channel materials and/or provide assemblies of double channel with enough vertical and horizontal members to from a rigid structure whether or not such additional materials or the use of double channel materials are shown or specified. Support structures shall be rigid without the use of channels to from angle supports between the back or front of the assembly and the ground. Angle supports are strictly prohibited because they provide tripping hazards. Outdoor supports structures shall be able to support the equipment with the structural strength to withstand wind gusts up to 90 mph without damage. 3.2 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.3 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.4 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. I030I 26 05 29 - 6 CITY OF FORT WORTH Revised December 20, 2012 ELECTRICAL SUPPORT HARDWARE Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260533-1 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page I of 18 SECTION 26 05 33 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to, conduit, device bodies, conduit bodies, raceway boxes, enclosures containing electrical devices, controls and related materials. B. Raceways and conductors that are listed on the raceway and conductor schedules are generally not shown on the Drawings, except where they are required to pass through a restricted or designated space. Raceways indicated to be run "exposed" on the schedules shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting fixtures, doors and hatches, etc. Raceways indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings, as required. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. B. Other Divisions l . 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1. Cut sheets for each individual item shall be submitted. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 - 2 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 2 of 18 2. Each cut sheet shall be clearly marked to indicate the item submitted and/or mark out items which are not being submitted for approval. Submittals not clearly marked will be returned with the indication REVISE AND RESUBMIT as a minimum or other indication per the specifications as warranted. B. Submit to the Owner/Engineer, certification that the electricians installing the PVC coated conduit have a five-year minimum experience, in the installation of the product. C. All shop drawing submittals and all 0&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. D. 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. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): NFPA 70 — National Electrical Code (NEC) 2. NFPA 70E — Standard For Electrical Safety in the Workplace 3. UL 6A — Electrical Rigid Metal Conduit 4. ANSI C80.5 -- Electrical Rigid Aluminum Conduit 5. UL 514B — Outlet Bodies B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. C. The installer of materials specified herein, shall have a minimum of five years' experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. D. Used materials are unacceptable, will be rejected and shall be removed from the job site. Used materials, if installed, shall be removed and replaced with new materials. If new materials are installed with used materials, and the removal of the used materials renders the new materials in an unacceptable condition, such as new conductors installed in used raceway components, (determined by the Engineer/Owner alone) then the new materials shall be removed along with the used materials and replaced. No increase in the Contract Price nor in Contract Schedule will be allowed. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 10301 i 26 O5 33 - 3 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 3 of 18 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous use, jobsite storage at another location, or exposure to the elements or other damage will be rejected. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2- PRODUCTS 2.1 GENERAL A. Raceways and fittings shall be as shown on the Drawings, with a minimum 3/4-inch trade size. B. Device entries less than 3/4 inch shall be provided with an adaptor to connect3/4-inch or larger conduit. The following adaptors are acceptable: 1. REAI2SA, Cooper Crouse Hinds or equal, for aluminum 2. ADAPT ADU302930, REDAPT or equal, for 316 stainless. 2.2 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduit (CRMC) 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-I and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. 3. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. 4. Manufacturers for PVC coated conduit and fittings a. Perma-Cote b. Robroy Industries c. O'Kote, Inc. d. Calbond e. Ocal. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 -4 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 4 of 18 5. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Liquid tight Aluminum Flexible Metal Conduit (LFMC) 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees C,. and meeting NEC Article 351. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire c. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. ALFLEX g. Approved equal 3. Fittings used with liquid tight flexible aluminum conduit shall be copper -free aluminum and shall conform to FEDSPEC AA50552, and UL-514B. C. Aluminum Flexible Metal Conduit (FMC) 1. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting NEC Article 348, UL 1 and Federal Specification WW-C-566C. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire c. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. Approved equal 3. Fittings used with aluminum flexible metal conduit shall be copper -free aluminum shall conform to FEDSPEC AA50552. D. Rigid Aluminum Conduit (RMC) 1. Rigid AIuminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. Manufacturer for rigid aluminum conduit and fittings a. Wheatland Tube Company b. Allied c. American Conduit d. Patriot Industries e. Approved equal E. Rigid PVC Schedule 40 Conduit (RNC) 1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC 1094A and UL 514B. Conduit shall have a UL Label. 2. Manufacturers CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260533-5 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 5 of 18 a. Rocky Mountain Colby b. Carlon c. Kraloy d. Approved equal F. Rigid PVC Schedule 80 Conduit (RNC) Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon c. Kraloy d. Approved equal 2.3 WIREWAYS A. All wireways shall be NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless steel quick-releasc type latches. Wireway shall have two Breather/Drains for each ten feet of wireway. Breathcr/Drain shall be in the bottom, near the ends of the wireway. Wireways shall have integral welded mounting lugs. Bolted -on mounting lugs are unacceptable. Provide stainless steel internal barriers to isolate signal cables from power conductors and multiconductor digital control cables. B. Manufacturers 1. Industrial Enclosure Corporation 2. Cooper B Line a. Approved equal C. Breather/Drains 1. Eaton Crouse -Hinds 316 stainless steel a. Approved equal 2.4 RACEWAY BOXES AND EQUIPMENT ENCLOSURES A. The term box and enclosure are synonymous for this specification. Boxes and enclosures specified herein, include terminal boxes, junction boxes, pull boxes, and boxes for switch, receptacles and lighting. Enclosures used for electrical and instrumentation equipment, other than terminal boxes, shall be provided as describcd in this section with references to this specification in other specification sections. All raceway boxes and equipment enclosures shall be provided with a common ground point and shall be UL rated. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 - 6 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 6 of 18 B. NEMA Type 4X boxes shall be 316 stainless steel or aluminum only as otherwise specified or shown with mounting lugs or brackets welded on the box, suitable for wall mounting, or have mounting feet where self -standing. Boxes for wall -mounting shall have integral welded -on mounting lugs. Enclosures with mounting feet shall have the mounting feet brackets for the attachment of mounting feet welded on. Boxes manufactured with holes intended for mounting using bolted -on mounting lugs or feet are not acceptable. Drilling through the back of the box to mount is strictly prohibited. Drilled boxes shall be removed and replaced. All boxes shall have continuously welded seams ground smooth, and shall have continuous hinged, gasketed doors. Box bodies shall not be less than 16 gauge. Boxes larger than 24 inches X 20 inches shall have a three-point type latch with handle. Boxes 24 inches X 20 inches or smaller shall have 316 stainless steel luggage type quick release latches, or three-point latch system with all components 316 stainless steel. Latch systems requiring tools to open or close are unacceptable. C. NEMA 4X 316 Stainless Steel enclosures 1. Use for all locations unless otherwise shown or specified 2. Type 316 stainless steel, body and door 3. Stainless steel continuous hinge 4. Foam in -place gasket 5. Single point quarter turn latches (20-inch X 24-inch and smaller). All others shall have three-point 6. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b Eaton Crouse Hinds c. Hoffman d. Appleton Electric e. EMF Company f. NEMA Enclosures Company g. Cooper B Line h. Rittal i. Approved equal D. NEMA 4X Aluminum [Where shown on the Drawings] boxes shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in -place gasket 4. Single point quarter turn latches (20-inch X 24-inch and below). All others three- point latch 5. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Hoffman c. EMF Company d. NEMA Enclosures Company CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 - 7 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 7 of 18 e. Cooper B Line f. Approved equal E. Chemical Rooms and areas specified or shown to be corrosive: NEMA 4X nonmetallic boxes shall be constructed as follows: 1. PVC or Fiberglass reinforced polyester body and door. 2. UV inhibitors 3. UL Listed 4. RoHS compliant 5. Formed in place polyurethane gasket in continuous channel. 6. 316 Stainless steel quarter turn cover bolts with metallic handles. 7. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Allied Molded Products, Inc. c. Cantex d. Cooper e. Hoffman f. Hubbell-Wiegmann Non -Metallic g. Approved equal F. Classified Areas, NEMA 714X boxes (Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70) shall be constructed as follows: 1. Copper free cast aluminum body and cover 2. Stainless steel hinges 3. Watertight neoprene gasket 4. Stainless steel quarter turn cover bolts with metallic handles. 5. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Eaton Crouse -Hinds c. Appleton Electric d. Approved equal G. NEMA 12 boxes [Where shown on the Drawings] shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in -place gasket 4. Single point quarter turn latches (20-inch X 24-inch and below). All others three- point latch 5. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Hoffman c. EMF Company Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260533-8 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 8 of 18 d. NEMA Enclosures Company e. Cooper f. Approved equal H. NEMA 1 or NEMA lA boxes shall not be used. I. Malleable iron boxes shall not be used. 2.5 DEVICE BOXES A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc., shall be copper free cast aluminum, and shall have tapered, threaded, hubs, with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD. B. Manufacturers 1. Eaton Crouse -Hinds 2. Appleton 3. Approved equal 2.6 CONDUIT OUTLET BODIES A. Conduit outlet bodies and covers shall be Form 7, copper -free aluminum, with captive screw -clamp cover, neoprene gasket and stainless -steel screws and clamps for conduits up to and including 2-1/2 inches. B. Manufacturers 1. Eaton Crouse -Hinds Form 7 with Mark 7 wedge -nut cover 2. Appleton 3. Approved equal C. Provide junction boxes for conduits larger than 2-1/2 inches. D. All outlet boxes and covers for Class 1 Division 2 areas shall be rated NEMA 4X. 1. Manufacturers a, Eaton Crouse -Hinds EA Series b. Approved equal 2.7 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw B. Manufacturers 1. T&B H150GRA Series 2. Approved equal C. Conduit hubs for use on outlet boxes or boxes containing electrical or instrumentation equipment shall be watertight, threaded steel, insulated throat, hub of the female -female type, with Locking nipple of male construction. Hubs shall be T&B HT Series, or approved equal. Hubs with female locking nipples, where the hub projects into the box, will not be acceptable. 2.8 GROUNDING BUSHINGS CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260533-9 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 9 of 18 A. Grounding bushings shall be insulated lay -in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap. The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application_ B. Manufacturers 1. O-Z/Gedney Type ABLG 2. Approved equal 2.9 RACEWAY SEALANT A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight Sealant, or approved equal. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals 1. O.Z./Gedney Co. Series CSM a. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. b. Type CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2. Approved equal 2.11 EXPANSION -DEFLECTION COUPLING A. Combination expansion -deflection fittings with 3/4-inch axial expansion and contraction movement, 3/4-inch parallel misalignment movement, and up to 30 degrees of angular movement in any direction. It shall be copper -free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps B. Manufacturers 1. Eaton Crouse -Hinds Model XD 2. Approved equal C. Provide an aluminum cover over the fitting to protect the rubber portions from exposure to direct sun light. Secure the aluminum sun shield with a minim of two stainless steel tie wraps. D. Nylon tie wraps are not acceptable. 2.12 EXPANSION FITTINGS A. Expansion fittings shall provide eight -inch movement, shall be made of copper -free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps. Provide internal grounding. Nylon tie wraps are not acceptable. B. Manufacturers 1. Eaton Crouse -Hinds Co. Type X]GSA 2. Approved equal 2.13 EXPLOSION -PROOF SEALS, BREATHERS AND DRAINS CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260533-10 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 10 of 18 A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous locations. Fittings shall be copper -free aluminum, with seals, breathers and drains. Provide type ED, or as required for the application. B. Manufacturers 1. Eaton Crouse -Hinds Co. 2. Appleton Electric Co. 3. O.Z.IGedney Co. 4. Approved equal 2.14 KELLEMS GRIPS A. Kellems grips cable supports shall be 316 stainless steel. 2.15 CONDUIT MOUNTING EQUIPMENT A. Pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel, nut, bolts, washers, etc. and shall be 316 stainless steel. Nylon tie wraps are not acceptable. 2.16 CONDUIT IDENTIFICATION TAGGING A. Use the tagging formats for conduits as shown on the Drawings. Where modifications or additions are made to existing equipment replace existing tags with new modified tags. B. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. C. Identification plates shall be as manufactured by the Panduit Corp. or equal. PART 3 - EXECUTION 3.1 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, coordinate the placement of raceway systems and related components with other trades and existing installations. B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes, or raceway boxes containing less than twelve inches of bend radius. C. Unless shown on the Drawings or specified otherwise, the raceway type installed with respect to the location shall be as follows, including all materials: Raceway System Location 1. Rigid Galvanized (RSC) Type Not acceptable for use on this Project CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 - 11 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 11 of 18 Raceway System Location 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. Liquidtight Flexible Aluminum (LFMC) Type 4. Rigid Non-metallic, Schedule 80 PVC (RNC) Type 6. Flexible AIuminum (FMC) Type 7. Aluminum Rigid Metal (RMC) Type Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. Underground encased in red dyed reinforced concrete. Fixture whip connection to lighting fixtures in NEMA 12 areas (maximum 3-feet). BX or AC type prefabricated cables are not permitted. All above grade areas, except for concrete embedded and those areas described in Locations 2 through 6 above. S. Electric Metallic Tubing (EMT) Steel Type For use only on concealed, above ground, interior electrical wiring in air-conditioned administrative buildings remote to the process area, and clearly defined as such on the Drawings or in the Specifications. D. All conduit of a given type shall be the product of one manufacturer. 3.2 BOX APPLICATIONS A. All raceway junction pull and terminal boxes and electrical equipment enclosures shall have NEMA ratings for the location in which they are installed, and as specified herein. B. The distance between each raceway entry inside the box and the opposite wall of the box shall not be less than eight times the metric designator (trade size) of the largest raceway in a row. This distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. Each row shall be calculated individually, and the single row that provides the maximum distance shall be used. C. Provide cast aluminum conduit fittings for exposed switch, receptacle and lighting outlet boxes. D. All raceway boxes and wall — mounted electrical equipment enclosures shall be provided with factory mounting integral welded mounting lugs. Bolt -on gasketed mounting lugs attached through factory -drilled holes are not acceptable for any raceway box or electrical equipment enclosure_ Drilling through the back of any box or enclosure is prohibited, and if so installed, shall be removed and replaced, with no increase in the Contract Price or Construction Schedule. 14""SJJ"01I'1 WIM IR0Q1 Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 10301 t 26 05 33 -12 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 12 of 18 E. No penetrations shall be made in the top of boxes or electrical equipment enclosures in wet locations. F. Boxes for use only on concealed, above ground, interior electrical wiring, in air- conditioned administrative buildings remote to the process area, may be NEMA 1 galvanized boxes as specified for such areas. All boxes used in such areas, for exposed wiring, shall be NEMA 12 aluminum or 316 stainless steel as specified above. 3.3 DEVICE BOX APPLICATIONS A. Device boxes shall be used for mounting wiring devices such as receptacles, switches, thermostats, lighting and other permanently mounted devices. All device boxes shall be installed with a minimum of 1/4-inch air space between the back of the box and the wall or back panel on which it is installed. The space may be created with enough 316 stainless steel washers to provide the required air space or may be mounted using 316 stainless steel slotted channel. 3.4 CONDUIT OUTLET BODIES APPLICATIONS A. Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except where junction boxes are shown or otherwise specified. For conduits larger than 2-1/2 inches, junction boxes shall be provided. 3.5 CONDUIT HUB APPLICATIONS A. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. B. When conduits contain equipment grounding conductors the wire shall be grounded to the hub(s) associated with that grounding conductor. 3.6 INSULATED GROUNDING BUSHING APPLICATIONS A. Insulated grounding bushings shall be provided and used to terminate raceways where the raceways enter pad -mounted electrical equipment or switchgear from the bottom where there is no wall or floor pan on which to anchor or terminate the raceway. B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 7/4X areas. C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. 3.7 CONDUIT FITTINGS APPLICATIONS A. Combination expansion -deflection fittings shall be installed where conduits cross structure expansion joints, and where installed in exposed conduit runs such that the distance between expansion -deflection fittings does not exceed 150 feet of conduit run. Expansion -deflection fittings are acceptable in indoor locations out of exposure to direct sunlight or other outdoor locations which are shaded. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 - 13 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 13 of 18 B. Expansion -deflection fittings are not acceptable for use outdoors unless approved in writing on a case -by -case basis from the Engineer/Owner. Where combination expansion -deflection fittings with exposed non-metallic sections, are approved by the Engineer/Owner for use where exposed to sunlight or other outdoor locations which are shaded, an aluminum wrap shall be installed loosely over the non-metallic portion, extending at least two inches beyond the ends. The wrap shall be loosely secured, to permit movement, with at least two 316 SS fasteners. Nylon tie -wraps are not acceptable. C. Provide an expansion fitting with a minimum of six inches available movement shall be installed on the exposed side of under to above grade conduit transitions. Expansion - deflection fittings shall not be provided unless approved and protected as specified above. 3.8 CONDUIT PENETRATION SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.9 EXPLOSION -PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS A. Fittings consisting of scaling fittings, breathers, drains, with sealing compound and fiber, as specified herein, shall be used as required to meet all the requirements of the National Electrical Code. 3.10 CONDUIT TAG APPLICATIONS A. All conduits shall be tagged within one foot of the entry of equipment, and wall and floor penetrations. B. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. 3.11 RACEWAY SEALING A. All raceways entering junction boxes, terminal junction boxes, electrical equipment enclosures or control panels containing electrical or instrumentation equipment shall be connected to the box, enclosure or panel using conduit hubs and shall be sealed with Raceway Sealant, as specified herein_ B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS IN CONCRETE ENCASEMENT A. Transitions from PVC raceway to PVC coated aluminum raceway in concrete encasements shall be made as follows: 1. Terminate the PVC conduit in a threaded PVC female adapter. 2. Terminate the PVC coated aluminum conduit in a threaded male adaptor. 3. Thread the male PVC -coated aluminum conduit adaptor into the female threaded PVC adapter. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260533-14 RACEWAYS, BOXES, F.NCLOSURFS, AND FITTINGS Page 14 of 18 B. Tighten the joint securely, then double layer wrap the joint with two-inch vinyl electrical tape for a distance of two inches each side of the threaded joint to prevent any contact between any exposed aluminum threads and concrete. 3.13 RACEWAY INSTALLATION A. Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points, junction points or splicing points, until all raceway sections are complete, and all raceway covers are installed for protection of conductors from damage or exposure to the elements. Conductors installed into incomplete raceway systems are considered improperly installed and are in violation of the NEC. The occurrence of wire installed in an incomplete installation, shall require the removal of such conductors from the project site, and replacement of the conductors at with no increase in Contract Price or Schedule. The raceway system shall be completed and inspected by the Engineer/Owner, before new conductors are installed. B. No conduit smaller than 3/4-inch electrical trade size, shall be used, nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be provided as necessary. Conduit reducers which are the same type of the raceway shall be installed where manufacturer -provided enclosures are not available with conduit hubs larger than 1/2-inch at the enclosure to terminate 3/4-inch conduit. The raceway fill shall be adjusted to accommodate the smaller opening in the manufacturer -provided enclosure. Notify the Engineer/Owner prior to the installation of the raceway into enclosures with openings smaller than the specified minimum. Raceways installed without notice are considered unacceptable and may be required to be removed at the Engineer's/Owner's discretion with no increase in the Contract Price or Schedule allowed. C. All raceways, installed underground, shall be installed in accordance with Section 26 05 43 Underground System, and be a minimum size of two-inch trade size. D. Raceways entering or leaving the raceway system, which could be subjected to the entry of moisture, rain or liquid of any type, shall be tightly sealed, using 3M 1000NS Watertight Sealant, or approved equal at any possible moisture entry point both before and after the installation of cables to prevent the entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment. No increase in the Contract Price or Schedule will be allowed. Cleaning or drying of such damaged equipment will not be acceptable. E. Conduit supports, other than for underground raceways, shall be spaced at intervals of eight feet or less, as required by the NEC and as required to obtain rigid construction. Conduits shall be supported near the entry into any enclosure in accordance with the NEC. Conduits shall not be used to support other conduits, nor shall conduits be supported from cable tray. F. Single conduits shall be supported by means of one -hole pipe clamps in combination with one -screw back plates, to raise conduits from the surface. G. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not Iess than 3/8-inch diameter. Multiple conduits mounted on walls shall be supported using strut and 316 stainless steel conduit clamps, screws, nuts and washers. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260533 -15 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 15 of 18 H. Surface mounted panel boxes, junction boxes, conduit, etc. shall be supported as specified herein. I. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, anchors shall be as specified in Section 26 05 29 Electrical Support Hardware. r. No electrical equipment enclosures, boxes, terminal junction boxes or raceways shall be attached to or supported from, sheet metal walls. K. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. Offsets in conduit runs shall all be done at the same point and shall all be the same angle, so the entire installation appears to be parallel or concentric at every point. All conduits shall be run perfectly straight and true. L. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquid tight or rigid conduits are required. The use of short seal tight elbow fittings for such terminations will not be permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. M. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The grounding conductor shall be grounded to the box. N. Conduits shall be installed using threaded fittings. Running threads will not be permitted. O, Provide glued type conduit fittings on PVC conduit. P. Conduits installed which are not in compliance with these requirements shall be removed and reinstalled at the Engineer's/Owner's discretion. If conductors are installed when the improper installation is discovered, the conductors shall be removed from the raceway, discarded and removed them from the job site, replaced, re - terminated, retagged, and retested in accordance with the specifications. The function of the system shall be retested in its entirety. No increase in Contract Time or Schedule will be allowed. Q. Liquid tight flexible metallic conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. Liquid tight flexible metallic conduit shall have a maximum length not greater than that of a factory manufactured elbow of the conduit size being used. The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". EX or AC type prefabricated cables will not be permitted. R. Seal the remaining openings or spaces of conduits passing through openings in walls or floor slabs to prevent the passage of flame or smoke where additional openings or space around the conduits are present. S. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit scaling bushings. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LIVE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260533 -16 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 16 of 18 T. Raceways terminating in Control Panels or enclosures outdoors or any wet or damp location or any location where plant process equipment is Iocated, or any location not otherwise specifically designated as a dry electrical room, control room or office space, which contain electrical equipment or terminal blocks, shall not enter from the top of the enclosure. The raceways shall be sealed with a watertight sealant as specified herein. Enclosures entered from the top where top entry is prohibited, will be rejected and shall be removed and replaced regardless of the Division which contains the specification for the enclosure. The use of UL Listed conduit closures to restore the NEMA rating of the enclosure will not be accepted. Conduit entering the top of the enclosures shall be removed and re-routed to enter the enclosure from the side or bottom. Conductors installed in top entering conduits shall be pulled back to the nearest conduit body or junction box and re-routed with the conduit, provided the conductors are long enough to be re -terminated. Conductors found to be insufficient in length to be re -terminated shall be completely removed and replaced, re -tested, re - tagged, re -tested and the control function of the panel shall be re -tested. If the enclosure is provided by an OEM, the enclosure and its contents shall be returned to the OEM for a new enclosure. No increase in Contract Price nor increase in Contract Time will be allowed the Contractor for making these corrections. U. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wire way or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. Conduits entering from cable tray shall be stubbed into the upper section. V. Conduit scaling and drain fittings shall be installed in areas designated as NEMA 4X or 7. W. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. X. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits two inches in diameter and larger prior to installing conductors. Y. 3/16-inch polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. Z. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc. shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits at the point of attachment to the equipment. AA. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. BB. The use of running threads is prohibited. Where such threads are necessary, a three-piece union shall be used. CC. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with Watertight Sealant as specified herein. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260533 -17 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 17 of I DD. Conduits shall be located a minimum of three inches from stcam or hot water piping. Where crossings are unavoidable, the conduit shall be kept at least one inch from the covering of the pipe crossed. EE. Conduits terminating at a cable tray shall be supported independently from the cable tray. Provide a conduit support within one foot of the cable tray. The weight of the conduit shall not bear on the cable tray. FF. Conduits entering the top of electrical equipment enclosures from cable tray or otherwise routed from above the equipment in airconditioned dry indoor spaces shall coordinate their placement with the HVAC duct vents such that cold air from the HVAC system will not blow directly on the vertical conduits causing condensation. Conduits which cannot be located away from direct exposure to cold air from the HVAC system shall be insulated to prevent condensation from forming inside the conduits or shall be re-routed. In all cases, condensation caused by cold air from the HVAC system shall be prevented from entering electrical enclosures. Equipment damaged by water from condensation shall be removed, replaced, conductors re - terminated, and its operation retested with no change in the contract price or schedule. GG. All changes of direction on PVC coated steel conduit greater than 20 degrees shall be accomplished using long radius bends. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 33 - 18 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 18 of 18 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR RIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO, 103011 SECTION 26 05 43 UNDERGROUND SYSTEM PART1- GENERAL 1.1 SCOPE OF WORD 260543-1 UNDERGROUND SYSTEM Page 1 of 8 A. Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete is specified in Section 26 05 33 Raceways, Boxes and Fittings. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Division l and Section 26 00 00, shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware. 2. Plastic duct spacers B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 20I2 CITY PROJECT NO. 103011 260543-2 UNDERGROUND SYSTEM Page 2 of 8 1. NFPA 70 — National Electrical Code (NEC) 2. NFPA 70E — Standard For Electrical Safety in the Workplace 3. ASTM A615/A615M-06a Standard Specification for Deformed and Plain Carbon -Steel Bars for concrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 - Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ ASTM A48 —Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850- Specifications for underground.precast concrete utility structures B. All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwise noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 2. American Society for Testing and Materials (ASTM) a. ASTM D 698a-- Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the.Owner/Engincer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous or jobsite exposure will be rejected. 1.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment, or materials shall be performed by the Contractor at no expense to the Owner. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 43 - 3 UNDERGROUND SYSTEM Page 3 of 8 PART 2 - PRODUCTS 2.1 MATERIALS A. Raceway System l . Raceway system shall be Schedule [80] PVC Rigid Nonmetallic Conduit (RNC), designed for use aboveground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC 1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carton, Kraloy, or approved equal. 2. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Calbond or Ocal. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. 3. All underground raceways of the underground system, terminating in manholes or handholes shall use terminators of the same size and type as the raceway 4. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM-BLA-XXDXXXCR, with rubber gasket, or approved equal. 5. Duct spacers shall be as manufactured by Carton or equal. 6. Where raceways terminate into existing and new manholes, handholes or structures, the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti HIT 150 MAX epoxy anchoring system. The termination of the duct bank steel shall utilize a minimum 24-inch length of reinforcing bar anchored not less than four inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. 7. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pounds per cubic foot with compressive strength, a minimum of 3000 pounds per square inch, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of 3/4-inch, a slump of four to six inches and flow freely without the use of vibrators. Install red dye of 40 pounds per 10 cubic yards. of concrete, installed in the truck at the concrete plant. 8. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. B. Manholes and Handholes 1. General a. Manholes and handholes shall be of the precast concrete type, designed for a Class H2O load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast, Mansfield, TX, or approved equal. 2. Construction CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260543-4 UNDERGROUND SYSTEM Page 4 of 8 a, Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 PSI. Cement shall be Type 1 or III. Reinforcing steel shall be Grade 60 with minimum yield strength of 60,000 PSI. Design loadings shall be H-20-44 w/impact. b. The top of all manholes shall be field removable and have stainless steel lifting eyes. c. Duet bank entries into the manhole or handhole shall be centered on the entering wall, and shall contain the appropriate number and size of duct terminators to match the corresponding duct bank. d. Each manhole and handhole shall have a minimum size of I inches by 12 inches by 2 inches deep concrete sump in the middle of the floor of the manhole or handhole, or as shown on the Drawings. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36-inch machined gray iron, and AASHTO M306-04/ ASTM A48 CL35B Minimum, 40,000-pound proof load value (Class H2O X 2.5) "True Traffic" load covers, complete with frame, and "Electric" or "Communication" raised lettering recessed flush, as required, on the cover. Covers shall be V-1600-5, with drop handles as manufactured by East Jordan Iron Works, Ardmore, OK b. All castings shall be made in the USA, cast with the foundry's name, part number, "Made in USA", and production date (example: mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shall be true to pattern in form and dimension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended. Angles shall be filleted, and arises shall be sharp and true. 4. Access Hatch a. Where access hatches are shown on the Drawings, hatches shall be heavy duty aluminum, for H-20 load rating, sized as shown on the Drawings. Hatches shall be CHS Series as manufactured by East Jordan Iron Works, Ardmore, OK. b. Material shall be 6061-T6 aluminum for bars, angle and extrusions. 1/4-inch diamond plate shall be 5066 aluminum. c. Unit shall have a heavy duty pneumatic -spring, for ease of operation when opening cover. Cover shall be counter -balanced so that one person can easily open the hatch door. d. Frame shall be of extruded aluminum with a continuous 1-1 A inch anchor flange. A dovetail groove shall be extruded into the seat of the frame with a 1 /8" silicone gasket. e. Hinges shall be of heavy-duty design, the material shall be grade 316 stainless steel, with a 3/8-inch grade 316 stainless steel pin. Hinge shall be bolted to the channel frame and diamond plate with grade 316 stainless steel bolts and nylon lock nuts. Aluminum shall be supplied with mill finish. Exterior of frame which comes in contact with concrete shall have one coat black primer. f. Each hatch shall be supplied with a stainless steel slam lock, with the keyway protected by a threaded aluminum plug. The plug shall be flush with the top of the 1/4-inch diamond plate. The slam lock shall be fastened with grade 316 stainless steel bolts and washers. CITY OF FORT WORTH Revised December 20, 20I2 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260543-5 UNDERGROUND SYSTEM Page 5 of 8 g. Each hatch shall be equipped with a stainless steel lift handle. Lift handles shall be flush with top of 1/4-inch diamond plate. h. Each hatch shall be supplied with a 1-1/2-inch threaded drain coupler on underside of channel frame for pipe connection. 5. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8 inches, 14 inches, and 20 inches, each supporting a load of not less than 250 pounds at the outer end. Racks shall be molded in one piece of U.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook,1L. Cable racks shall be secured to the manhole and walls by drilled, Hilti HIT-HY 150 MAX epoxy anchoring system, with Hilti 316 stainless steel bolts. Arms for racks shall be vertically spaced not greater than 24 inches on centers. b. Pulling irons shall be of copolymer polypropylene coated 1/2-inch diameter cable, with a rated pulling strength of 7500 pounds and a polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland OR. c. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18-inch rung width with 12-inch rung spacing, Safrail as manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two ladders, each of a length four feet greater than the deepest manhole in the underground system. C. Polyethylene Warning Tape 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Brady Detectable Identoline b. Approved Equal 2. 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. 3. Warning tape shall be metal detectable polyester with subsurface graphics, black letters on red tape. The tape shall meet the OSHA 1926.956(c)(1), two-inch minimum width, for location tracing. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROICCT NO. 103011 260543-6 UNDERGROUND SYSTEM Page 6 of 8 B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in conformance with the conduit manufacturer's instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. C. The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. D. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 inches per 100 feet. E. Reinforce raceway banks as shown on the Drawings. F. A #4/0 stranded bare tinned copper ground conductor shall be installed along the top of the rebar cage, as shown on the Drawings, for the full length of each duct run between manholes and handholes, and bonded to a ground rod in the vicinity of each manhole and handhole. G. Lay raceway lines in trenches on compacted earth as specified herein. H. Use plastic spacers located not more than four feet apart to hold raceways in place. Spacers shall provide not less than two-inch clearance between raceways. 1. The minimum cover for raceway banks shall be 24 inches unless otherwise permitted by the Owner/Engineer. J. Raceway terminations at all manholes, existing and new, shall be with terminator for PVC conduit. K. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes, and all entrances and exits to the underground system. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be scaled with 3M 1000NS Watertight Sealant, or approved equal. M. No wire shall be pulled until the duct system has been completed in every detail. N. Swab all raceways clean before installing cable. O, Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. P. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. Q. The Contractor shall tag all underground conduits at all locations, exiting and entering from underground, including manholes and handholes. R. The minimum raceway size shall be 2-inch. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL. GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 05 43 - 7 UNDERGROUND SYSTEM Page 7 of 8 3.2 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and back -filling is in progress, traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer. Trench width shall be a practical minimum, but not less than 6 inches greater on each side, than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of sub grade soils. The trench may be excavated by machinery to, or just below, the designated sub grade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Sub grade soils which become soft, loose or otherwise unsatisfactory as a result 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 at the Contractor's expense. 3.3 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is no larger than one-half the minimum clear spacing between electrical ducts, and a maximum coarse aggregate size of 3/4-inch. 3.4 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hours after placing of any concrete embedment, have lapsed. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 260543-8 UNDERGROUND SYSTEM Page 8 of 8 C. Where the duct banks are laid in the yard or manhole is set, the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non -porous material, in layers not to exceed eight inches in loose measure and compacted to 90% standard Proctor density at optimum moisture content of +/- 4%. The backfill shall be mounded six inches above the existing grade or as directed by the Owner/Engineer. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas, it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the duct banks are laid or manhole is set in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed eight inches loose measure and compacted at optimum moisture content (+/- 3%) to 95% standard Proctor density. E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 pounds. The material being spread and compacted shall be placed in layers not over eight inches loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. F. Bituminous paving shall not be placed in backfill. G. Water jetting will not be accepted as a means of consolidating or compacting backfill. H. All road surfaces shall be broomed and hose -cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.5 RESTORING TRENCH AND ADJACENT SURFACES A. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B. In sections where the duct bank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.6 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL. GAS LINB FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 2605 13 - 1 MEDIUM VOLTAGE CABLES Page 1 of 8 SECTION 26 27 26 LIGHT SWITCHES AND RECEPTACLES PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and install wiring devices as shown on the Drawings and as specified herein. B. Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in accordance with the NEC. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all switches, receptacles and other specified items under this Section, with all options, application locations and exceptions clearly indicated. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. 1.4 REFERENCE STANDARDS A. Wiring devices shall comply with the requirements of the National Electrical Code (NEC) and shall be Underwriters Laboratories (UL) labeled. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CrrY PROJECT NO. 103011 2605 13 - 2 MEDIUM VOLTAGE CABLES Page 2 of 8 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted., B. Equipment shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the Manufacturers listed in each product category are acceptable. B. The listing of specific manufacturers does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed are not relieved from meeting these specifications in their entirety. 2,2 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the equipment. 2.3 MATERIALS A. Wall switches shall be heavy duty, industrial specification grade, toggle action, flush mounting quiet type. All switches shall conform to the latest revision of Federal Specification WS 896. 1. Manufacturer a Cooper (catalog number as listed) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2605 13 -3 MEDIUM VOLTAGE CABLES Page 3 of 8 b. Hubbell, Inc. c. Pass & Seymour, Inc. d. Approved equal 2. Single pole, 20 Amp, 120/277 Volt — (Cooper 2221 V) 3. Double pole, 20 Amp, 120/277 Volt -- (Cooper. 2222V) 4. Three way, 20 Amp, 120/277 Volt — (Cooper 2223V) 5. Four way, 20 Amp, 120/277 Volt — (Cooper 2224V) 6. Single pole, 20 Amp, 120/277 Volt - key operated - (Cooper AH1191N) 7. Single pole, 20 Amp, 120 Volt - red pilot -lighted handle — (Cooper 2221 PL) 8. Single pole, 20 Amp, 120 Volt, clear lighted handle — (Cooper 2221LTV) 9. Momentary contact, three position, 2 circuit, center off — (Cooper 1995 V) B. Explosion -proof single pole factory scaled switches shall be for 20 Amps, 120/277 volts, mounted in copper free aluminum boxes. 1. Manufacturers a. Crouse -Hinds EDS Series b. Appleton Electric Co. c. Killark C. Receptacles shall be heavy duty, corrosion resistant, specification grade of the following types and manufacturer or equal. Receptacles shall conform to Fed Spec WC596. 1. Manufacturers a. Cooper (catalog numbers as listed) b. Hubbell, Inc. c. Pass & Seymour, Inc. 2. Duplex, 20 Amp, 125 Volt, 2 Pole, 3 Wire Grounding, high impact, arc and moisture resistant yellow nylon construction, heavy nickel plating on metal parts; (Cooper 5362CRY 3, Single, 20 Amp, 250 Volt, 2 Pole, 3 Wire; (Cooper 5461GY) D. Weatherproof covers Die cast aluminum. Plastic or other non-metallic in -use covers are not acceptable. 2. Weatherproof while -in -use rating 3. Manufacturers a. Eaton Catalog No. WIUMH/V b. Thomas & Betts E. Special purpose 1. Manufacturers a. Cooper (catalog number as listed) b. Hubbell c. Pass & Seymour 2. Clock hanger single, 15 Amp, 125 Volt, 2 Pole, 3 Wire, with hanging hook on device plate. (Cooper 452) 3. Single, corrosion resistant locking, 20 Amp, 125 Volt, 2 Pole, 3 Wire; Cooper, Catalog No. CRL520R and plug (Cooper CRL520P) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2605 13 - 4 MEDIUM VOLTAGE CABLES Page 4 of S 4. Single twist -lock, 30 Amp, 125 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL530R; plug. (Cooper CRL530P) 5. Single twist -lock, 20 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL620R; plug. (Cooper CRL620P) similar by Hubbell, Inc.; Pass & Seymour, Inc. or equal. 6. Single twist -lock, 30 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL630R; plug. (Cooper CRL630P) F. Explosion -proof receptacles and plugs 1. Manufacturers a. Appleton Electric (Catalog number as listed) b. Crouse -Hinds c. Hubbell Inc. 2. Single, 20 Amp, 125 Volt, 1 Phase, 3 Wire. (Appleton EFSC175-2023 and plug ECP-2023) 3. Duplex, 20 Amp, 125 Volt, 1 Phase, 3 Wire. (Appleton EFSC275-2023 and plug, ECP-2023) 4. Single, 20 Amp, 250 Volt, 1 Phase, 3 Wire. (Appleton EFSC175-20232 and plug ECP-20232) 5. Duplex, 20 Amp, 250 Volt, I Phase, 3 Wire. (Appleton EFSC275-20232 and plug ECP-20232) G. Device Plates 1. Plates for indoor flush mounted devices shall be of the required number of gangs for the application involved and shall be as follows: 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 No. DS23G and DS32G, 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 "Offs, Crouse Hinds No. DS 185, 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, Catalog No. 4501-FS 2) Hubbell, Inc. 3) Pass & Seymour, Inc. H. Three Phase Power Receptacles CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CTFY PROJECT NO. 103011 260513-5 MEDIUM VOLTAGE CABLES Page 5 of $ 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. 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. b. Conductor clamping screws shall be stainless steel. 6. Acceptable manufacturers: a. Hubbell (North American Rated Series II) b. General Electric c. Cooper d. Meltric I. Interlocked Three Phase Power Receptacles 1. Interlocked three phase power receptacles shall include a combination receptacle and a mechanically interlocked disconnect switch. The two units shall be interlocked to prevent removal or insertion of the plug unless the switch is in the OFF position. The receptacle shall meet the requirements of Power Receptacles specified herein. 2. Provide a matching plug for every unit furnished. 3. Switch, power receptacle and mating plug shall be constructed of copper free aluminum. 4. Assembly shall be listed to UL Standard 498 for watertight- construction. 5. Hardware shall be stainless steel. 6. 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. 7. 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. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 260513-6 MEDIUM VOLTAGE CABLES Page 6 of 8 g. All current carrying components shall be tin plated including contacts. h. Conductor clamping screws shall be stainless steel. 8. 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. 9. Manufacturers a. Crouse -Hinds b. Appleton c. Killark d. Hubbell J. 30 Amp, 480 volt Receptacles 1. 30 Amp, 480 Volt receptacles shall be 3 Pole, 4 Wire, grounding pin and sleeve type, with circuit breaking capability. The receptacle shall meet the requirements of Power Receptacles specified herein. 2. Manufacturers a. Crouse Hinds Arktite style 2, Catalog No. ARE 3423 b. Approved equal 3. 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. 4. All current carrying components shall be tin plated including contacts. 5. Conductor clamping screws shall be stainless steel. 6. Furnish and install one thatching plug for each receptacle shown on the Drawings. K. Welding Receptacles and Disconnect Switches 1. Manufacturers: a. Crouse Hinds Arktite Receptacles with Enclosed Safety Switches", Catalog No. WSR103542. b. Approved equal 2. 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. 3. Welding receptacles and disconnect switches shall be rated 600 Volts, 100 Amp, 3- pole, 4-wire, 60 Hz. Receptacle shall be mechanically interlocked with its disconnect switch to prevent breaking the circuit with the receptacle and plug. Ground wire shall be bonded to the plug and receptacle housings. Enclosure type shall be NEMA 4. The receptacle shall meet the requirements of Power Receptacles specified herein. a. All current carrying components shall be tin plated including contacts. b. Conductor clamping screws shall be stainless steel. 4. Furnish and install one matching plug for the welder. L. Portable Generator Input Receptacle 1. Portable generator input receptacle shall be weatherproof, rated for 600 Volts, 100 Amp, 3 Phase, 4 Wire grounding pin and sleeve type with a 15 degree mounting adapter, spring door cover. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2605 13 - 7 MEDIUM VOLTAGE CABLES Page 7 of 8 2. Manufacturers a. Crouse Hinds Catalog No. 1042S22 with plug, Crouse Hinds Catalog No. APJ 10487S22 3. 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. 4. All current carrying components shall be tin plated including contacts. 5. Conductor clamping screws shall be stainless steel. 6. Both receptacle and plug shall have reversed contacts. M. Poke -Through Service Fittings 1. Poke -through service fittings shall be installed in a two-inch core drilled hole, fit floor thicknesses of 2-1/2 inches to 7 inches and be fire rated. 2. Poke -through service fittings shall be provided with barriers to handle both high and low tension services and be designed for both new construction and building retrofit. 3. Service fitting heads shall each contain a 20 Amp, 125-volt, 2-pole, 3-wire duplex receptacle on one side and provisions for up to two-25 pair telephone cables on the remaining side. 4. Manufacturers a. Raceway Components b. Walker c. Square D PART 3 - EXECUTION 3.1 INSTALLATION A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas with stud frame and gypsum board construction, in dry areas with cement block construction or when raceways are shown as concealed on the Drawings. B. Do not install flush mounted devices in areas designated DAMP, WET or WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WETICORROSIVE on the Drawings. D. Unless otherwise shown on the Drawings, wall switches and other wall mounted controls shall be installed at 54 inches AFF. E. Convenience receptacles shall be 36 inches above the floor unless otherwise shown. F. Convenience receptacles installed outdoors and in rooms where equipment may be hosed down shall be 36 inches above floor or grade. Switches shall be ganged together under one cover plate. G. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO, 103011 2605 13 - 8 MEDIUM VOLTAGE CABLES Page 8 of 8 H. Convenience receptacles and light switches shall be connected using stranded pig tails and spring fork insulated lugs. Feed -through wiring of receptacles is prohibited. 3.2 FIELD QUALITY CONTROL A. Test wiring devices to ensure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262816-1 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 1 of 10 SECTION 26 2816 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES PART1- GENERAL 1.1 SCOPE OF WORK A. The Contractor shall furnish and install low voltage enclosed circuit breakers and disconnect switches, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. B. All equipment specified in this Section of the Specifications shall be the product of one manufacturer and shall be factory constructed and assembled by that manufacturer. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully fimctioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 26 05 73. Submittals made prior to such approval will be returned unreviewed. C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 2628 16 - 2 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 2 of 10 D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: l . Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc.. 4. Schematic diagram S. Nameplate schedule 6. UL Listing of the completed assembly. 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 12. Key interlock scheme drawing and sequence of operations 13. Busway connection and amperage rating. 14. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein, G. Field Test Reports. Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROTECT NO. 103011 2628 16 - 3 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 3 of 10 c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. I. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard AB 1 — Molded Case Circuit Breakers, Molded Case Switches and Circuit Breaker Enclosures 2. NFPA 70 — National Electrical Code (NEC) 3. NFPA 70E — Standard For Electrical Safety in the Workplace 4. IEEE 242 Protection and Coordination of Industrial and Commercial Power Systems 5. IEEE 399 — Power Systems Analysis 6. UL 489 — Molded Case Circuit Breakers and Circuit Breaker Enclosures 7. UL 1066 — Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1,6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 262s 16-4 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 4 of 10 B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment or components shall be performed by the Contractor at no expense to the Owner. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Eaton 2. General Electric Co. 3. Square D 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. All equipment furnished under this Section shall be of the same manufacturer. 2..2 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the circuit breaker or switch. Systems employing series connected ratings for main and feeder devices shall not be used. B. Circuit breakers, safety switches and associated devices shall be designed for continuous operation at rated current in a 40°C ambient temperature. C. Furnish heavy duty Mill rated devices. D. For additional ratings and construction notes, refer to the Drawings. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 262816-5 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 5 of 10 2.3 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified, Lugs for #12 AWG up to #6 AWG shall be ring terminals. Conductors #4 AWG and larger shall be two -hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. See also Section 26 05 19 Wires and Cables (1000 Volt Maximum) for additional requirements. 3. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 4. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, 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 1/2 inch, or equal. Prior to installing the 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, B. Enclosures 1. General a. Provide 316 SS hardware for all enclosures. b. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. c. Enclosures shall not have holes or knockouts for conduit entry. d. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. e. All enclosures shall be provisioned with hardware for a padlock. f. All enclosures shall have integral welded mounting lugs. g. See Section 26 05 33 Raceways, Boxes and Fittings for additional requirements. NEMA 7/4X a. Class l,. Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam -in -place gasketed doors CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262s 16-6 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 6 of 10 4. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel hinge 3) Foam in -place gasket 4) Single point quarter turn latches 5. NEMA 12 a. NEMA 12 Steel 1) Mild steel body and door 2) Stainless steel hinges 3) Foam in -place gasket 4) Single point quarter turn latches 6. NEMA 4X Stainless Steel were not otherwise Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel hinge 4) Foam in -place gasket 5) Single point quarter turn latches 7. NEMA 1 or NEMA lA boxes shall not be used. 8. Malleable iron boxes shall not be used. 9. Provide a flange mounted, or through the door, disconnect operating handle with mechanical interlock having a bypass that will allow the enclosure door to open only when the circuit breaker or switch is in the OFF position. The circuit breaker or switch shall have the capability of being bypassed after the door has been opened. C. Internal Wiring I . Wiring: Stranded tinned copper, minimum size No. 14 AWG, with 600 Volt, 90°C, flame retardant, Type SIS thermosetting 600-volt insulation, NEMA Class H, Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. 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 to Raychem TMS-SCE, or equal. Wire tags shall be machine -printed. Wire tags relying on adhesives of any type are unacceptable. 3. All wiring shall be neatly bundled with tie wraps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. D. Field Installed Internal Wiring CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262816-7 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT 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. 2.4 CIRCUIT BREAKERS A. Insulated Case Circuit Breakers (ICCBs) I . Unless otherwise shown on the Drawings, circuit breakers, larger than a 1200 ampere rating, shall be insulated case (ICCB), three-ole, 600 volt, fixed type, with stored energy closing mechanism. 2. Breakers shall be manually operated unless indicated as electrically operated (EO) on the Drawings. 3. Electrically operated breakers shall be complete with close/open pushbuttons or a control switch, as shown on the Drawings, with red and green indicating lights to indicate breaker contact position, and 120-volt AC motor operators. 4. All insulated case circuit breakers shall have a minimum symmetrical interrupting capacity of 65,000 amperes, with individual interrupting capacity as shown on the Drawings. Insulated case circuit breakers without an instantaneous trip element adjustment shall be equipped with a fixed internal instantaneous override set at the upper limit. 5. All insulated case circuit breakers shall be constructed and tested in accordance with UL 489. The circuit breakers shall carry a UL label. 6. All insulated case circuit breakers shall have an adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; high range instantaneous (fixed at the breaker's short -time withstand rating), adjustable ground fault pickup and delay; ground fault delay and pickup trips for selective tripping, and overload, short circuit, and ground fault indicator lights. B. Molded Case Circuit Breakers (MCCB's) CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262816-8 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 8 of 10 1. Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating and larger, shall be molded case (MCCB), three -Pole, 600-volt, fixed type, with stored energy closing mechanism. Breakers shall be manually operated unless indicated as electrically operated (EO) on the Drawings. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable instantaneous pickup, adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. 2_ Unless otherwise shown on the Drawings, circuit breakers less than 225 ampere frame rating shall be molded case, three -Pole, 600-volt, fixed type, manually operated with stored energy closing mechanism. Circuit breakers shall have inverse time and instantaneous tripping characteristics. 3. Where shown on the Drawings or specified in the Contract Documents, breakers shall be rated for 100% continuous duty, and shall carry a UL 489 listing. 2.5 DISCONNECT SWITCHES A. Disconnect switches shall be heavy duty, quick make, quick break, visible blades, 600- volt, three -pole with full cover interlock, interlock defeat and flange mounted operating handle. 2.6 FUSED DISCONNECT SWITCHES A. Fused disconnect switches shall be heavy duty, quick make, quick break, visible blades, 600 volt, three -pole with full cover interlock, interlock defeat and flange mounted operating handle. B. Fuses shall be rejection type, 600 volts, 200,000 A.I.C., dual element, time delay, Bussman Fusetron, Class RK 5 or equal. 2.7 MOTOR ISOLATION SWITCHES A. For motors up to and including 100 horsepower, the isolating switch shall be a horsepower rated, quick make, quick break, visible blades, 600 volt, three pole motor circuit switch, in an enclosure as listed above and sized for the motor as shown on the Drawings. The switch shall be plainly marked "Do not operate under load". B. For motors greater than 100 horsepower, the isolating switch shall be a current rated, quick make, quick break, visible blades, 600 volt, three pole motor circuit switch, in an enclosure as listed above and sized for the motor as shown on the Drawings. The switch shall be plainly marked "Do not operate under load". C. Where a switch status auxiliary contact is shown on the Drawings, the auxiliary contact shall be early break (opens before the switch is opened) and early make (closes before the switch is closed). The auxiliary contact shall be rated 5 amperes at 480 volts. 2.8 DOUBLE THROW MANUAL TRANSFER ,SWITCH A. Manual transfer switches shall be heavy duty, quick make, quick break, visible blades, 600-volt, three-ole, fused or non -fused as shown on the Contract Documents, with flange mounted operating handle. 2.9 SPARE PARTS A. Provide the following spare parts: 1. Three — Fuses of each type used. Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. L03011 2628 16 - 9 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 9 of 10 B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number 2.10 FACTORY TESTING A. The circuit breakers and disconnects shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage circuit breakers and disconnect switches with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. C. Conduit entry into the top of any NEMA 4AX rated enclosure in any outdoor, damp, wet or process area is strictly prohibited. Any enclosure entered from the top will be removed, the conduit and conductors re-routed, or conductors replaced if too short. No increase in Contract Price or Contract Time will be allowed. 3.4 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.5 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2628 16 - 10 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 10 of 10 B. The Power Monitoring and Protective Devices shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 26 05 73 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.6 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test the ground fault protection system using a high current injection method. D. Test the rating plug for correct rating. 3.7 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.8 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 29 &7 - 1 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page I of20 SECTION 26 29 87 CONTROL PANELS PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install functional control panels to manually or automatically operate control systems as specified in the detailed requirements of this Section, and logic and schematics as shown on the Electrical Drawings or provided by Mechanical Equipment Manufacturers. B. Submittals for Control Panels, not clearly specified as Control Panels by the Contractor, shall be submitted under the Section of the Specifications specified in the Process Equipment Division or Mechanical Equipment Division, and shall not be submitted under this Section. Control panels specified within the Instrumentation Sections of Division 40 shall be submitted as a part of the Instrumentation submittals. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 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 external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B. Provide systems engineering to produce coordination curves, showing coordination between existing facilities and breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR RIOSOLIDS DRYING FACILITY Revised December20, 2012 CITY PROJECT NO. 103011 26 29 87 - 2 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 2 of 20 C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturers logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for overcurrent protective devices, motor starters, control relays, control stations, meters, pilot Iights, etc. The manufacturer's name shall be clearly visible on each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 2. Provide control systems engineering to produce custom unit elementary drawings showing inter -wiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section. 4. Schematic diagram, including manufacturer's selections of component ratings, and CT and PT ratios. 5. Power and control schematics including external connections. Show wire and terminal numbers, and color -coding. 6. Instruction and replacement parts books. 7. As -built final drawings. 8. Documentation that the panel assembly facility is a UL-508 certified panel shop. 9. Facsimile of the UL label that is to be applied to the completed panel. 10. Furnish complete Bill of Materials indicating manufacturer's name and part numbers. 11. Manufacturer's cut sheets for every component used in the panel assembly adequately marked to show the items being included. The manufacturer's name shall be clearly visible on each cut sheet submitted. 12. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 13. Major component ratings including: a. Voltage b. Continuous current CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262997-3 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 3 of 20 c. Interrupting ratings 14. Cable terminal sizes. 15. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for held tests specified herein. H. Operation and Maintenance Manuals. I . Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. I. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard ICS 2 — 2000 Industrial Control and Systems 2. NFPA 70 -- National Electrical Cade (NEC) 3. NFPA 70E -- Standard for Electrical Safety in the Workplace 4. NFPA 79 Electrical Standard for Industrial Machinery 5. UL 508/509A — Industrial Control Enclosures B. All equipment specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The control panels shall be assembled in a UL-508 certified facility. A submittal of documentation certifying that the panel fabrication facility is a UL-508 certified facility, is required. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Control Panels submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR RIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 262987-4 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 4 of 20 F. Equipment components and devices shall be UL labeled wherever UL standards exist for such equipment. The completed control panel shall be UL Labeled in accordance with UL 509 and 508A and other applicable UL standards. The panel shall also be UL labeled for the environment in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. 1.6 dOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner/Engineer. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D. Equipment shall be installed in its permanent finished location shown on the Drawings within seven calendar days of arriving onsite. If the equipment cannot be installed within seven calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. E. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.1 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2- PRODUCTS 2.1 MATERIAL MANUFACTURERS A. Subject to compliance with the Contract Documents, the following material Manufacturers are acceptable for items not specifically specified else ware: 1. ABB 2. Eaton / Cutler -Hammer 3. Square D Co. 4. Allen Bradley CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR SIOSOLIDS DRYING FACILITY CITY PROTECT NO, 103011 262987-5 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 5 of 20 B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Materials listed above are not relieved from meeting these Specifications in their entirety. 2.2 RATINGS A. The service voltage shall be as specified and as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 22,000 amperes RMS symmetrical at 480/277 volts, this includes all circuit breakers and combination motor starters. Systems of motor controllers employing series connected ratings for main and feeder devices shall not be used. Motor starter units shall be tested and UL 508A labeled for the specified short circuit duty in combination with the motor branch circuit protective device. B. There shall be selective device coordination between the Main Breaker, Feeder Breakers and control circuit protective devices. When using a circuit breaker or fuses as a main protective device, the instantaneous trip levels of the main protective device shall be higher than the available fault current to the control panel. If fuses are utilized in the control panel design, the protective devices for three-phase loads shall contain single phase protection of such equipment. If a fault occurs in the circuit of one load of a design with a backup load, the feeder protective device shall not remove both loads from the control system. C. Use ground fault sensing on grounded wye systems. D. The complete control panel assembly shall be UL certified or carry a UL listing for "Industrial Control Panels". E. The control panel shall meet all applicable requirements of the National Electrical Code. F. Motor controllers, including associated devices, shall be designed for continuous operation at rated current in a 40°C ambient temperature. G. For additional ratings and construction notes, refer to the Drawings. H. The Manufacturer shall produce and install on each panel, an Arc Flash Warning Label listing the various Flash Hazard Protection Boundaries, calculated from NFPA 70E, Annexes, as listed below: 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Incident Energy Level. 5. Required Personal Protective Equipment Class. 6. Type of Fire Rated Clothing. 1. Provide an Arc Flash Warning Label, printed in color and affixed to the front of each panel provided. J. Shown below is a typical label. Size of each label shall be not less than 6 inches wide and 4 inches tall. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 262987-6 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 6 of 20 AWARNING" Arc Plash and Smock Risk Appropriate PPE Required Flash Risk Boundary Flash Risk at Shirt & pants or coverall, Nonmelting (ASTM F1506) or Untreated Fiber Shock Risk when cover Is removed Glove Class Limited Approach Restricted Approach Minimum Arc Ratina i_ocatloys, 2.3 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Control units shall be arranged as shown on the Drawings. 3. Except for VFD equipment, where the equipment contains a programmable logic controller (PLC) or a uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection (Type 3). 4. Where Kirk -Key arrangements are used, the Kirk keyed interlocks shall be Dirk HD Series (Heavy Duty) 316 Series, made of 316 stainless steel, or approved equal. 5. Nameplates a. External 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than I/16-inch thick by 3/4-inch by 2-1/2-inch, 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 1/2 inches, 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 Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 2629s7-7 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 7 of 20 1) 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. c. Special 1) Identification nameplates shall he white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 6. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30-millimeter, corrosion resistant, NEMA 4X113, anodized aluminum or reinforced plastic. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push -to -test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. 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. 7. 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 100 VA. b. Control power transformers shall be 120 volt 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. S. 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 7AX cast aluminum. 9. Where specified or shown on the Drawings, a six digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 26 27 13. CITY OF FORT WORTH VCWRF ADDITIONAL, GAS LINE FOR MOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 26 29 87 - 8 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 8 of 20 B. Enclosures 1. General a. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. b. All free standing enclosures shall be provided with feet of the same construction as the enclosure. c. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. d. Back panel shall be tapped to accept all mounting screws. Self -tapping screws shall not be used to mount any components. e. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. f. Each enclosure shall be provided with a documentation pocket on the inner door. g. Enclosures shall not have holes or knockouts. h. Provide manufacturer's window kits where shown on the Drawings. i. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. j. All enclosures shall be padlockable. 2. NEMA 7/4X a. Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. b. Manufacturers 1) Cooper Crouse Hinds Type EJB, Style C 2) Appleton Electric Type AJBEW 3) Approved Equal 3. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam -in -place gasketed doors b. Manufacturers 1) Hoffman Polypro 2) Hubbell-Wiegmann Non -Metallic 3) Approved Equal 4. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel continuous hinge 3) Foam in -place gasket 4) Single point quarter turn latches (20 inches X 24 inches and below). All others three-point latch CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROTECT NO. 103011 262987-9 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 9 of 20 b. Manufacturers 1) Hoffman Comline 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 5. NEMA 12 a. NEMA 12 AIuminum 1) Type 5052 aluminum, body and door 2) Stainless steel continuous hinge 3) Foam in -place gasket 4) Single point quarter turn latches (20 inches X 24 inches and below). All others three-point latch b. Manufacturers 1) Hoffman Comline 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal NEMA 12 a. NEMA 12 Mild Steel 1) Mild Steel, body and door painted ANSI 61 Gray 2) Stainless steel continuous hinge pin 3) Foam in -place gasket 4) Single point quarter turn latches (20-inches x 24-inches and below). All others three-point latch b. Manufacturers 1) Hoffman 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 7. Otherwise Not Defined NEMA 4X Stainless Steel a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel continuous hinge 4) Foam in -place gasket 5) Single point quarter turn latches (20-inches x 24-inches and below). All others three-point latch b. Manufacturers 1) EMF Company 2) NEMA Enclosures Company 3) Hammond Company 4) Rittal 5) Approved Equal 8. NEMA 1 or NEMA lA boxes shall not be used. 9. Malleable iron boxes shall not be used. C. Environmental Conditioning CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 29 87 - 10 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 10 of 20 1. Condensation Control a. A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is mounted outdoors or in a non -air- conditioned space, 1) Enclosure heaters shall be energized from 120 volt, single-phase power supply and sized to prevent condensation within the enclosure. 2) Locate enclosure heaters to avoid overheating electronic hardware or producing large temperature fluctuations on the hardware. 3) Enclosure heaters shall have an internal fan for heat distribution and shall be controlled with adjustable thermostats. The thermostat shall have an adjustment range of 40°F to 90°F. Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH or equal. b. Strip heaters may be provided if they are 240-volt rated, powered at 120 volts AC and do not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufactured by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5-inches wide, 240 volts, single phase, 150 watts, energized at 120 volts, with rust resisting iron sheath, Catalog No. OT-715, Product Code No. 129314, or equal. Provide sufficient wattage in heaters to prevent condensation should the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the control Panel shall be Chromalox, Type WR, single stage, Catalog No. WR-80, Product Code No.263177, or equal. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be # 12 AWG stranded, nickel -plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6-CFI-12, Product Code No. 263783, or equal. c. Each panel shall have a 1/2-inch stainless steel condensate drain, installed on a stainless steel conduit hub, HGTZ Series, T&B or equal, in the bottom of the enclosure. Drain shall be O-Z GedneyDBB-50SS, or equal. 2. Corrosion Control a. Provide corrosion protection in each control panel with a corrosion -inhibiting vapor capsule b. Manufacturers 1) Northern Instruments; Model Zerust VC 2) Hoffman Engineering; Model A-HCI 3) Approved equal. 3. Panel Interior Ambient Control a. The manufacturer shall provide ambient temperature control within the panel to maintain internal temperatures below the maximum operating temperatures of the panel components. an ambient temperature range of -20' C to 40°C. b. The manufacturer 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. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262987-11 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page I l of20 c. The calculation shall show all the internal and external heat gain loads, the expected internal temperature rise in degrees C above the specified ambient, If the specified temperature range cannot be met, an air conditioning system shall be provided with sufficient capacity to maintain the temperature within the specified limits. Panels, for which the calculated heat rise exceeds 40°C., shall have an air conditioning system, sized as required to reduce the heat rise to 40°C. or less, without violating the NEMA rating of the enclosure. d. The air conditioner shall have the following features: 1) Use CFGfree R134a refrigerant. 2) Have fully gasketed flanges on all four mounting edges for a watertight seal that maintains NEMA 4X rating of the panel. 3) Thermostatic low temperature control to provide energy efficient operation and prevents over -cooling. 4) EMI/RFI 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. 8) Internal corrosion resistant coating. 9) Low ambient kit. 10) Short cycle protector. 11) Manufacturers a) Hoffman b) Thermo Electric c) Approved equal. 4. Enclosure Fans a. Fans shall be furnished for soft start starters and VFDs, as required by the manufacturer, to provide air 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 10-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. 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. D. Internal Wiring 1. Power and control wiring shall be tinned stranded copper, minimum size #14 AWG, with 600 volt, 90°C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full 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 AWG pair. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 26 29 87 - 12 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 12 of 20 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 to Raychem TMS-SCE, or equal. 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. PIan 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. The following trough color code shall be used. a. Black: for all 480-volt AC circuits b. Grey: 24-volt DC circuit c. White: 120-volt AC circuits d. Blue: intrinsically safe circuits 6. All control panel wiring shall use the following color code. a. Black: AC power at line voltage K 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 £ Red/white stripe or white/red stripe: switched neutral g. Green or green w/ yellow tracer: ground/earth ground h. Blue: Ungrounded DC power i. Blue/white stripe or white/blue stripe: DC grounded common j. Brown: 480V AC three phase - phase A k. Orange: 480V AC three phase - phase B 1. Yellow: 480V AC three Phase - phase C m. Purple: common for analog signal wiring n, Brown: positive Ieg of an analog signal E. Field Installed Internal Wiring 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. 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 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. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. F. Terminal Blocks CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 26 29 87 - 13 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 13 of 20 1. Terminal blocks shall be DIN -rail -mounted one-piece molded plastic blocks with tubular -clamp -screw type and end barriers. Terminal blocks shall be rated for 600 volts except 'for control and instrumentation circuits, or 4-20 mA analog signal conductors. 2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 3. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amperes, at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 4. Power conductors carrying over 20 amperes, 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. 5. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20% spare terminals, but not less than two spare terminals. 6. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 7. 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. 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended insulated connectors. 9. Provide an AC ground bar bonded to the panel enclosure (if metal) with 20% spare terminals. 10. Provided ground terminal blocks for each twisted -shielded pair drain wire. 2.4 SERVICE ENTRANCE DEVICE A- Where the Control Panel is rated and used as a service entrance panel, the manufacturer shall furnish factory installed in the Control Panel, a dedicated (SPD) (Type 2), permanently connected, Surge Protective Device on the Ioad side of the service entrance panel, as specified in Section 26 43 13 Low Voltage AC Surge Protective Devices (SPDs). 2.5 MAIN CIRCUIT PROTECTIVE DEVICE A. Unless otherwise shown on the Drawings, the main circuit protective device shall be a molded case (MCCB), three Pole, 600 volt, fixed type, manually operated with stored energy closing mechanism. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. B. Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position. Where panels are shown or specified with inner and outer doors, disconnecting handles and controls shall be located on the inner door. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PR07ECT NO, 103011 26 29 87 - 14 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 14 of 20 2.6 MOTOR CONTROLLERS A. Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Eaton b. ABB c. Allen Bradley d. Square D 2. 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. B. General 1. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater element ratings matched to the motors and control equipment actually supplied, in compliance with the NEC and the manufacturer's heater selection tables. All variations necessary to accommodate the motors and controls as actually furnished shall be made without extra cost to the Owner. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified. 3. A NEMA rated magnetic motor starter shall be furnished for each motor. Each motor starter shall be provided with a motor circuit protector (MCP), or circuit breaker, and equipped to provide undervoltage release and overload protection on all three phases. The short circuit protective device shall have an adjustable magnetic trip range up to 1400% of rated continuous current and a trip test feature. MCPs shall be labeled in accordance with UL489. NEMA starter sizes and breaker trip ratings shall be as required for the horsepower indicated, but shall be in no case less than NEMA Size 1. If the manufacturer of the equipment utilizing the motor, supplies a motor horsepower larger than that shown on the Drawings, the Contractor shall supply a motor starter sufficient in size to control the motor supplied. 4. A mechanical disconnect mechanism, with bypass, shall be installed on each motor circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to each motor. Disconnects mechanisms shall be located inside the enclosure such that the main circuit breaker handle is the only device interlocked with the panel door. 5. Each motor starter shall have a 120-volt operating coil unless otherwise noted. 6. Overload relays shall be standard Class 20, ambient compensated, manually reset by pushbutton located on front of the starter door. A normally closed contact shall be directly used in the start circuit and a normally open contact shall be wire to a terminal board for overload alarm. 7. All interfaces between control panel and remote devices shall be isolated via an interposing relay. Interposing relays shall have contacts rated for 250 volts AC and 10 amperes continuous. Relays shall be Control Relays as specified herein. C. Magnetic Motor Starters CITY OF FORT WORTH Revised December 20, 2012 VCwRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262987- 15 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Pago 15 of 20 1. Motor starters shall be two or three pole, single or three phase as required, 60 Hertz, 600 volts, magnetically operated, full voltage non reversing. NEMA sizes shall be as required for the horsepower shown on the Drawings. 2. Each motor starter shall have a 120-volt operating coil, and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the Drawings. A minimum of one normally open and one normally closed auxiliary contacts shall be provided in addition to the contacts required. 3. Overload relays shall be adjustable, ambient compensated and manually reset. 4. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 5. All wires shall be terminated on terminal blocks and shall be tagged. 6. Provide as built wiring diagram and post it in a protective cover inside the cell. D. Contactors I . Contactors shall be a circuit breaker and contactor, 600 volt, three -pole, 60 Hertz, magnetically operated. NEMA size shall be as required for the kilowatt ratings required for the equipment provided, but shall be not less than NEMA size 1. 2. Contactors shall have a 120 volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the unit heater fan. 3. Combination Contactors used for lighting control shall be as specified herein, magnetically operated, with the number of channels and poles as shown on the Drawings. Each contactor shall be controlled by an Astronomic Time Clock Tyco Model TC-100 or approved equal, 3000 VA photo control Precision Controls Model T-368-AL or approved equal, or a combination of both clock and photo control, all as shown on the Drawings. The photocell shall be separately located as shown on the Drawings. The photocell enclosure shall be as required by the area classification. E. Control Relays Control relays shall be 300 volt, industrial rated, plug-in socket type, housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 amperes resistive, 1/4 HP at 120 volt AC, operating temperature minus 10 to plus 55°C. Provide spare normally open and normally closed contacts. Relays shall be Potter & Brumfield KRP Series or equal with neon coil indicator light. Timing relays shall be 300 Volt, solid state type, with rotary switch to select the timing range. K Elapsed Time Meter 1. A six digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 26 27 13. 2.7 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. Where the control panel contains a programmable logic controller (PLC) for programming of the control logic, as shown on the Drawings, the PLC shall be as specified in Section 40 63 00 Programmable Logic Controllers. The manufacturer shall provide the address list, and the interface to connect to the Owner's plant monitoring system for monitoring of the PLC's operation. B. Provide a scripted program file for all PLCs. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 262987 -16 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 16 of 20 C. The equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13 Individual Control Panel and Related Equipment Protection (Type 3). D. The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner's plant monitoring system for monitoring of the PLC's operation, 2.8 OPERATION INTERFACE TERMINAL (OTT) A. Where the control panel contains an Operation Interface Terminal as shown on the Drawings, for interfacing to the control logic, the manufacturer shall provide the address list, and an Ethernet and serial interface, to connect to the related PLC for monitoring and control of the PLC's operation. The OIT shall be as specified in Section 40 62 63 Operations Interface Terminal. B. Provide a scripted application and fully documented setup for all OITs. C. The equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13 Individual Control Panel and Related Equipment Protection (Type 3). D. The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner's plant monitoring system for monitoring of the PLC's OIT interface. 2.9 REMOTE MONITORING AND CONTROL INTERFACE A. General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as described in the Control Strategies in Section 40 61 96. B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System, shall be designed for operation with an Ethernet Connection. D. The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. E. Refer to Section 40 6193 Instrumentation Input Output List for monitored parameters. F. Communication 1. For remote monitoring, one of the following communication capabilities shall be provided: a, One integral 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One media protocol converter, interfacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a, All data shall be available and/or mirrored within the Modbus 4x or "Holding Register" memory area. b. Register 4x0000I shall exist and be readable to allow simple, predictable "Comm tests". CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 262987-17 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 17 of20 c. Software tools shall function properly with slaves' only supporting Modbus functions 3, 4 and 16, Requiring support of diagnostic function 8 is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP "Unit Id" to be a value other than zero. This is required for Ethernet -to -Serial bridging. The media protocol converter shall meet the following criteria: a. The converter shall support 10/100Base-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C, with humidity range minimum of 5- 90 percent, Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. The converter shall have DB-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One LAP, or approved equal. 2.10 SPARE PARTS A. Provide the following spare parts for each control panel in the quantities specified: 1. One box- replacement fuses, all types and sizes used 2. One replacement lamp, of each color, for pilot lights 3. One of each color replacement lens caps for pilot lights 4. One starter coil for each NEMA size furnished 5. One, Three -pole set of replacement overload heaters of each size range used 6. One, Three -pole set of starter contacts of each [NEMA] size used. 7. One can of aerosol touch-up paint. B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturer's name, description and part number on the exterior of the package. 2.11 FACTORY TESTING A. The entire control panel shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards. C. The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. D. Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval - CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 26 29 87 - 18 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 18 of 20 PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.2 EXAMINATION A, Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed on the Drawings with the exception of motor controllers which are to be installed adjacent to an existing unit. Housekeeping pads for these (if used) should match the existing installation. C. Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. C. Conduits entering a control Panel or box containing electrical equipment, shall not enter the enclosure through the top, D. Install required safety labels. 3.4 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.5 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. C. Provide one set of as -built panel drawings laminated, in each panel pocket. 3.6 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 262987-19 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 19 of 20 B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 26 05 73 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.7 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test each key interlock system for proper functioning. D. Test all control logic before energizing the motor or equipment. 3.8 CLEANING A. Remove all rubbish and debris from inside and around the motor controllers. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.9 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. 3.10 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall personally inspect the equipment at the j obsite and shall certify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. The Contractor shall provide three copies of the manufacturer's representative's certification. 3.11 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the soft start starters furnished under this Section. B. The training for each type of equipment shall be for a period of not less than one eight - hour day. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D. Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 26 29 s7 - 20 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 20 of 20 E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 264313-1 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 1 of 8 SECTION 26 43 13 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs 1Kv and less), to be furnished under other Sections of the Specifications. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.2 RELATED WORK A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. Unmarked cut sheets will cause rejection of the submittal and its return for revision. B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections to which reference is made in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. C. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., enough to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted, will be returned unreviewed. D. The submittals shall include: 1. Dimensional drawing of each SPD type. 2. UL 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory (NRTL). 3. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2/50, 10kA-8/20Fts waveform) clamping voltage test results. E. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 264313-2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 2 of 8 d. Record Documents for the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 1449 Third Edition — Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters 3. ANSI/IEEE C62.41.2-2002 — IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE C62.45-2002 — IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage AC Power Circuits. 5. NEC Article 285 - Surge Protective Devices 6. NEMA/ISCI 109 Transient Overvoltage Withstand Test 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDS and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD, shall be fully tested and certified to the following UL standards: 1. UL 67 - Panelboards. 2. UL 845 - Motor Control Centers. 3. UL 891 - Switchboards. 4. UL 1558 - Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.6 WARRANTY A. Provide warrantees, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 264313-3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 3 of B PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 1 and Type 2): 1. Cutler Hammer. 2. ABB 3. Square D 4. Allen Bradley 5. Approved equal B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. Approved equal 2.2 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDS shall be internal to the equipment being protected. Externally housed SPDS will not be acceptable. 2. All SPDS shall be marked with a short-circuit current rating and shall meet or exceed the available fault current at the connection point. 3. UL 1449 Usage Classifications. a. Type 1 — Permanently connected SPDS intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, and intended to be installed without an external overcurrent protective device. b. Type 2 — Permanently connected SPDS intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. c. Type 3 — Point of utilization SPDS, installed at a minimum conductor length of 10 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. 4. Construction of Type 1 and Type 2. a. Fully Integrated Component Design: All of 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. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 264313-4 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 4 of 8 b. Overcurrent Protection: The unit shall contain thermally protected MOVs. The thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. 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 as 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 MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz 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: Visible 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 push -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. i. 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 current magnitude of a minimum of 50 :� 20A occurs. A reset pushbutton shall also 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 surge counter reset button shall be depressed 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. j. Remote Monitoring: For remote monitoring, the SPDS shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal -oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 264313-5 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 5 of 8 1. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. m. Integrated surge protective devices (SPD) shall be Component Recognized in accordance with UL 1449 Third Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating (SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20W-1.2/50µs, IOkA-8/20µs). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems (7 Mode). Construction of Type 3. a. Fully Integrated Component Design: All of 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. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDS containing items such as 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. c. Electrical Noise Filter: Each unit shall include a high-performance EMIIRFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion lass test method. d. 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. c. Power and ground connections shall be prewired within the protected equipment. f. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h_ SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20W-1.2/50µs, I A-8/20µs). B. Applications. Service Entrance Rated Equipment (Type 1). 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 ANSIAEEE C62.41 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. CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 264313-6 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 6 of S f. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be located 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. 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. c. 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. 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 located 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 1, Type 2, and Type 3) a. Where any such panel is installed as service entrance equipment, a Type 1 SPD shall be installed. 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 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 when 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. Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 264313-7 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 7 of 8 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. C. 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 (MCOV) 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 LN LLG N-G 240/120 1200/800V 800V 800V 208Y/120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 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 2.3 ACCESSORIES A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section. Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FUR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 2643 13 -8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 8 of 8 END OF SECTION CITY OF FORT WORTH Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 31 10 00 -1 SITE CLEARING Page I of 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation ofright-of-wayand other designated areas for construction 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 1 General Requirements 15 3. Section 02 41 13 — Selective Site Demolition 16 4. Section 02 41 14 — Utility Removal/Abandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shallbe by lump sum, square yard, or per acre. 22 b. Payment 23 1) 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 Removal/Abandonment"). 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 DBI-L where Breast Height shall be 54" above grade. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 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 31 1000-2 S IT E C LEAR ING Page 2 of 6 3) 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 "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 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "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 10) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. Measurement 1) Measurement for this Item shall be per each as designated on Construction Drawings for protection 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 "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 measures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation 6) Fertilization 7) Mulching 8) Clean-up including removal on constriction completion of protection measures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 VCWRF ADDITIONAL GAS LINE FOR 6IOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 5. 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINSTRATIVE REQUIREiVIEn1TS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 31 1000 -3 SIT E C LEAR ING Page 3of6 A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. PARR -Forestry details can be found here: Forestry — Welcome to the City of Fort Worth (fbrtworthtexas.gov). Urban Forestry Compliance's ordinance and requirements are within Zoning and can be found here: Zoning — Welcome to the City of Fort Worth (fortworthtexas.sov). B. Preinstallation Meetings I. Hold a preliminary site clearing meeting and include the Contractor, City Forester (if City owned tree) or representative of Urban Forestry if privately owned trees), City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBM[TTALSANFORMATIONAL 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 [NOT USED] 27 PART 3 - 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 10301 t 3t 1000 -4 SITE CLEARING Page 4 of 6 1 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 S A. Protection of Trees I 8 9 10 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 I . Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-pasts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foothigh 12 %2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. For city -owned trees, PARD-Forestry permission required to install protective fencing inside of canopy dripline (Critical Root Zone). 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 8. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 31 loon -5 SITE CLEARING Page 5 of 6 I g. Plaster 2 h. Septic tank drain fields 3 i. Abandoned utility pipes or conduits 4 j. Equipment 5 k. Trees 6 I. Fences 7 m. Retaining walls 8 n. Other items as specified on the Drawings 9 2. Remove vegetation and other landscape features not designated for preservation, 10 whether above or below ground, including, but not limited to: 11 a. Curb and gutter 12 b. Driveways 13 c. Paved parking areas 14 d. Miscellaneous stone 15 e. Sidewalks 16 f. Drainage structures 17 g. Manholes 18 h. Inlets 19 i. Abandoned railroad tracks 20 j. Scrap iron 21 k. Other debris 222 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 I 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. 3I 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 [NOT USED], 39 3.7 FIELD QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH VCWRF ADDITIONAL OAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 6 31 1000 -6 SITE CLEARING Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's ,rubsite address 3/2212021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 312500-1 EROSION AND SEDIMENT CONTROL Page I of 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - GENERAL 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 PAYNIE1 TT PROCEDURES 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 > 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>_ I acre". 28 c. The price bid shall include: 29 1) Preparation of SWPPP 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 REFERENC 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 31 25 00 -2 EROSION AND SEDIMENT CONTROL Page 2 of 9 l 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 Test 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 (DMS) 13 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 C. Construction Site Notice 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under the 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/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMTTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED lotz] OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 1. Aggregate CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3of9 1 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 Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter 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 l0 wires for Types 2 and 3 rock filter dams I 1 b. Type 4 dams require: 12 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/Z 13 inches x 3 '/a 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 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. 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, alkali, 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 l) 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 forma 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 psi, 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 31 25 00 -4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 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 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum length of 1I 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 aminimum 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 peI 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 of 2 x 4 inch, at least 24 inches wide; 19 unless otherwise shown on the Drawings. 20 d. Staples 21 1) Provide staples with acrown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXANUNATION [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 TXR150000 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 CITY OF FORT WORTH VCWRF ADDITIONAL. GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR 13IOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 31 2500-5 EROSION AND SEDIMENT CONTROL Page 5of9 1 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 as 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 excavated 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 dispose 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 finished work, or as directed. l6 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 17 streambed. 18 D. Do not install temporary construction crossings in or across any water body without the 19 prior approval of the appropriate resource agency and the Engineer. 20 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 21 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 22 provide shelter for stored chemicals. 23 F. Installation and Maintenance 24 1. Perform work in accordance with the TPDES Construction General Permit 25 TXR150000. 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 devices 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 replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filter 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 WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 l 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 othcrw is directed. 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1 (Nan -reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter darn 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 1) 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 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, conneetthe sides by lacing in a single loop -double loop 26 pattern on 4- to 5-inches spacing. At l 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 1) 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 w idth of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Pogo 7of9 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion control devices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offshe areas. 16 b. Excavation of Sediment and Debris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 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 1) 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. CITY OF PORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 312500-8 EROSION AND SEDIMENT CONTROL Page 9of9 1 c Fabric and Net Reinforcement Attachment 2 l) 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 of biodegradation (weak fibers) 15 b) Fabric without excessive patching (more than 1 patch every 15 to 20 16 feet) 17 c) Posts without bends 18 d) Backing withoutholes 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [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 ACTIVITIES 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 of final 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. CITY Of FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.12 PROTECTION [NOT USED] 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 prescribed in the Construction General 10 Permit TXR150000. I 1 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 15 16 DATE NAME END OF SECTION Revision Log SUMMARYOF CHANGE 13 A. I. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.211evised language under April 29, 2021 M Owen product types/materials, 3.4 Revised language under "tnstallatiod', and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORT14 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUC 1ON SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised April 29, 2021 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 32 01 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 5 SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 d. Any permanent asphalt pavement repair needed during the course of construction 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 34 16 - Concrete Base Material for Trench Repair 4. Section 32 12 16 - Asphalt Paving 5. Section 32 13 13 - Concrete Paving 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Asphalt Pavement Repair 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 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 foot of Asphalt Pavement Repair. c. The price bid shall include: 1) Preparing final 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 32 OI 17 - 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 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 price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final 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 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 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) AsphaIt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. Extra Width Asphalt Pavement Repair a. Measurement 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 c. The price bid shall include: 1) Preparing final 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 1.3 REFERENCES A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINSTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16- 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 a. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Place mixture when the roadway surface temperature is 45 degrees F or higher and rising unless otherwise approved. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. BackfiIl 1. See Section 33 05 10. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 B. Base Material 1. Concrete Base Material for Trench Repair: See Section 03 34 16_ 2. Concrete Base: See Section 32 13 13. C. Asphalt Paving: see Section 32 12 16. 1. H.M,A.C. paving: Type D. 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. Surface Preparation 1. Mark pavement cut for repairs for approval by the City. 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 3.4 INSTALLATION A. General 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 3. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth. as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December Z0, 2012 CITY PROJECT NO. 103011 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 5. Last or top lift shall not be less than 2 inches thick. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.9 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3A1 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 - Modified Items to be included in price bid; Added btue text for clarification 12/20/2012 D. Johnson of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 32 0129 CONCRETE PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section Includes: 32 0129 -1 CONCRETE PAVING REPAIR Page 1 of 4 1. Concrete pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any other concrete pavement repair needed during the course of construction 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 32 0118 - Temporary Asphalt Paving Repair 4. Section 32 12 16 - Asphalt Paving 5. Section 32 13 13 - Concrete Paving 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Concrete Pavement Repair a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Pavement Repair for various: a) Street types 2) Limits of repair will be based on the time of service of the existing pavement. The age of the pavement will need to be determined by the Engineer through coordination with the City. For pavement ages: a) 10 years or less: repair entire panel b) Greater than 10 years: repair to limits per Drawings b. Payment 1) 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 square yard of Concrete Pavement Repair c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing and applying all water required 3) Furnishing, loading and unloading, storing, hauling and handling all concrete 4) Furnishing, loading and unloading, storing, hauling and handling all base material CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR RIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO.103011 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 5) Mixing, placing, finishing and curing all concrete 6) Furnishing and installing reinforcing steel 7) Furnishing all materials and placing longitudinal, warping, expansion and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler in the proper position; for coating steel bars where required by the Drawings 8) Sealing joints 9) Monolithically poured curb 10) Cleanup 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 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 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. Embedment and Backfill: see Section 33 05 10. B. Base material: Concrete base: see Section 3Z 13 13. C. Concrete: see Section 32 13 13. 1. Concrete paving: Class H or Class HES. 2. Replace concrete to the specified thickness. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 32 01 29 - 3 CONCRETE PAVING REPAIR Page 3 of 4 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. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support traffic. 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 16. C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing General a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or facture concrete adjacent to the repair area 3. Repairs: In true and straight lines to dimensions shown on the Drawings 4. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: as specified in Drawings D. Concrete Paving 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: as specified in Drawings CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CrrY PROJECT NO. 103011 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 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 1.2.A - Modified Items to be included in price bid; Added blue text 12/20/2012 D johnson for clarification of repair width on utility trench repair 2.2.C.1 - Changed to Class P to Class H CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 SECTION 32 1123 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMMARY 32 11 23- 1 FLEXIBLE BASE COURSES Page I of 7 A. Section Includes: 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 a — 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 32 11 23-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex- I07-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, BalI Mill Method for Determining the Disintegration of Flexible Base Material f. Tex- 117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION 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] 21 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property Test Method Grade I Grade 2 Master gradation sieve size M retained) 2-1/2 in. — 0 1-3/4 in. f 0 0-10 718 in. Tex-110-E I 10-35 — 3/8 in. I 30-50 — No.4 I 45-65 45 75 No. 40 70-85 60-85 Liquid limit,%max. Tex-104-E 35 40 PlastiCity index, max,' Tex-106-E 10 12 Wet ball mill, % max.' 40 45 Wet ball mill, % max. Tex-] 16-E increase passing the 20 20 No. 40 sieve Classification' �1.0 1.1-2.3 Min. compressive strength', psi Tex -I 17-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. 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 accordance with Tex-41 l-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR 1310SOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT CIO. 103011 32 11 23-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table I for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 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. General 1. Shape the subgradc or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 314 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321123-5 FLEXIBLE 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 1. 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. 1) 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 1. 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 1. 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321123-6 FLEXIBLE BASE COURSES Page 6 of a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. £ Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) .Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at Ieast 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most I tire width. c) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 114 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. c. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density; 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 114 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321123-7 FLEXIBLE SASE COURSES Page 7 of 7 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 114 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 3A.C. 3.5 REPAIRIRESTORATION [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] 3.14 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR HIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 32132a-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE, RAMPS Page I of 6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 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 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shallbe by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 33 34 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) 35 a. Measurement 36 1) Measurement for this Item shall be by the linear foot of completed and 37 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 38 height at back of walk in its final position. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price bid per linear foot of Concrete Curb at the Back of Sidewalk. CITY OF FORT WORTH VCWRF ADDITIONAL CAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 9, 2021 CITY PROJECT NO. 103011 32 1320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 or 1 c. The price bid shall include: 2 1) Excavating and preparing the subgradc 3 2) Furnishing and placing all materials, including concrete and reinforcing 4 steeI 5 3) Excavation in back of "retaining" curb 6 4) Furnishing, placing, and compacting backfill 7 3. Concrete Driveway 8 a, Measurement 9 1) Measurement for this Item shall be by the square foot of completed and 10 accepted Concrete Driveway in its final position for various: 11 a) Thicknesses 12 b) Types 13 2) Dimensions will be taken from the back of the projected curb, including the 14 area of the curb radii and will extend to the limits specified in the Drawings. 15 3) Sidewalk portion of drive will be included in driveway measurement. 16 4) Curb on drive will be included in the driveway measurement. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per square foot of Concrete Driveway. 21 c. The price bid shall include: 22 1) Excavating and preparing the subgrade 23 2) Furnishing and placing all materials 24 3) Temporary asphalt transition at width shown on plans (typically 9 inches) 25 when the pavement adjacent to the driveway will be improved 26 27 4. Barrier Free Ramps 28 a. Measurement 29 1) Measurement for this Item shall be per each Barrier Free Ramp completed 30 and accepted for various: 31 a) Types 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per each "Barrier Free Ramp" installed. 36 c. The price bid shall include: 37 1) Excavating and preparing the subgrade 38 2) Furnishing and placing all materials 39 3) Curb Ramp 40 4) Landing and detectable warning surface as shown on the Drawings 41 5) Adjacent flares or side curb 42 6) Concrete gutter width along ramp opening 43 7) Doweling into adjacent concrete pavement, if applicable 44 1.3 REFERENCES 45 A. Abbreviations and Acronyms 46 1. TAS — Texas Accessibility Standards 47 2. TDLR-- Texas Department of Licensing and Regulation 48 B. Reference Standards CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 9, 2021 CITY PROJECT NO. 103011 32 13 20 -3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3of6 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 Society for Testing and Materials (ASTM) 5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 6 Construction (Non -extruding and Resilient Types) 7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 8 Standard Effort (12,400 ft-lbflft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Mix Design: submit for approval. Section 32 13 13. 13 B. Product Data: submit product data and sample for pre -cast detectable warning for 14 barrier free ramp. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING ]NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Placement of concrete shallbe as specified in Section 32 13 13, 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 EQUIPMENT AND MATERIALS 25 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 26 the finished work. 27 B. Concrete: see Section 32 13 13. 28 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 29 class for concrete sidewalks, driveways and barrier free ramps is shown in the 30 following table: 31 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strengthz Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 9, 2021 1 CITY PROJECT NO. 103011 32 13 20 -4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4of6 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 3 otherwise shown on the Drawings or detailed specifications. 4 D. Joint Filler 5 1. Wood Filler: see Section 32 13 13. 6 2. Pre -Molded Asphalt Board Filler 7 a. Use only in areas where not practical for wood boards. 8 b. Pre -molded asphalt board filler: ASTM D545. 9 c. Install the required size and uniform thickness and as specified in Drawings. 10 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 11 mixture of asphalt and vegetable fiber and/or mineral filler. 12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] it .�A=_ 7 601X 1 [Ili 19 A. Surface Preparation 20 1. Excavation: Excavation required for the construction of sidewalks, driveways and 21 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 22 established by the City. 23 2. Fine Grading 24 a. The Contractor shall do all necessary filling, leveling and fine grading required 25 to bring the subgrade to the exact grades specified and compacted to at least 90 26 percent of maximum density as determined by ASTM D698. 27 b. Moisture content shallbe within minus 2 to plus 4 of optimum. 28 c. Any over -excavation shall be repaired to the satisfaction of the City. 29 B. Demolition / Removal 30 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATION 32 A. General 33 1. Concrete sidewalks shallhave a minimum thickness of 4 inches. 34 2. Sidewalks constructed in driveway approach sections shall have a minimum 35 thickness equal to that of driveway approach or as called for by Drawings and 36 specifications within the limits of the driveway approach. 37 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 39 The construction of the driveway approach shall include the variable height radius 40 curb or a pan driveway approach in accordance with the Drawings. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 9, 2021 CITY PROJECT NO. 103011 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 32 13 20 - 5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5of6 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. Saw cutting of joints to the required depth may be desirable on wider sidewalks and is acceptable if approved by the City 7. When sidewalk is against the curb, expansion joints shall be spaced to match those in the curb, possibly in addition to the required spacing above. G. Barrier Free Ramp l . Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shallbe a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to the limit of the width of the landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is at the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2021 VCWRF ADDITIONAL CAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 2 3 4 5 6 7 8 9 10 11 12 32 13 20 -6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 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 SUMMARYOF CHANGE 12/20/2012 D. Johnson 1.2.A.3 —Measurement and Payment for Barrier Free Rampsmodified to match updated City Details 4/30/2013 F. Griffin CorrectedPart 1, 1.2, A, 3, b, 1 to read, from.. . square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. June 5, 2019 M Owen Revised Measurement and Payment, section. April 29, 2021 M Owen 1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section December 9, 1.2 A. 1.e. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and 2021 M Owen driveway, respectively CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2021 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 321373-1 CONCRETE PAVING JOINT SEALANTS Page I of 4 SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 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. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 2, Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 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 A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2, Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 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] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the j oint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall he clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 32 16 13-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page I of 1 SECTION 32 1613 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 10 11 12 13 14 15 16 17 18 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 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 6. Section 32 11 23 — Flexible Base Courses 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A.Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. 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 Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Excavation and preparing the subgrade, including placement of flexbase or cement treated base under curb & gutter and 12" behind back of curb 2) Required excavation and backfill behind the curb 3) Removal and disposal of all excavated material 4) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 5) Temporary asphalt transition at width shown on plans (typically 9 inches) when the pavement adjacent to the curb &. gutter will be improved 2, Concrete Valley Gutter a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 VCWRF ADDITIONAL GAS LINE FOR BiOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 32 16 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 1 1) Measurement for this Item shall be by the square yard of Concrete Valley 2 Gutter. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per square yard of Concrete Valley Gutter complete and in place for: 7 a) Various street types 8 c. The price bid shall include: 9 1) Required excavation 10 2) Preparing the subgrade, including placement of flexbase or stabilized 11 cement treated subgrade 12 3) Furnishing and placing all materials, including foundation course, 13 reinforcing steel, and expansion material 14 4) Temporary asphalt transition at width shown on plans (typically 9") when 15 the pavement adjacent to the valley gutter will improved 16 1.3 REFERENCES [NOT USED[ 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 ACTION SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS 25 A.Weather Conditions: See Section 32 13 13. 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 29 2.2 EQUIPMENT AND MATERIALS 30 A.Forms: See Section 32 13 13. 31 B. Concrete: 32 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 33 class for concrete curb & gutter and valley gutter is shown in the following table: 34 35 Standard Classes of Pavement Concrete CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO. 103011 1 2 3 4 5 6 7 8 9 10 11 12 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page of Item Class of Minimum 28 Day Maximum Course Concret Cementitious Min. Water/ Aggregat e Compressiv Cementitiou e Lb./CY e S Maximu Strength Ratio m psi Size, inch Curb A 470 3,000 0.58 1-1/2 Gutte r Valle H 564 4,500 0.45 1-1/2 y Gutte r C.Reinforcement: See Section 32 13 13. D.Joint Filler 1. Wood Filler: see Section 32 13 13, 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A.Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A.Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. AlI forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 32 16 13 -4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 1 B. Reinforcing Steel 2 1. Place all necessary reinforcement for City approval prior to depositing concrete. 3 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 4 foreign substances. 5 3. Remove foreign substances from steel before placing. 6 4. Wire all bars at their intersections and at all laps or splices. 7 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 8 greater. 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 C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete — Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Shape the concrete to the required curb and gutter design and provide a brush finish. 5. Machine -Laid Concrete — Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete to correct line and grade with approved self-propelled equipment. d. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, structures, valley gutters, and existing curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with existing concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 - 1/2" round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1 /2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1-inch free expansion. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised dune 10, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 1 k. Support dowels by an approved method. 2 D.Curing: see Section 32 13 13. 3 3.5 REPAIR/RESTORATION [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A.Inspections 7 1. Steel reinforcement placement 8 2. Headed bolts and studs 9 3. Verification of use of required design mixture to 4. Concrete placement, including conveying and depositing 11 5. Curing procedures and maintenance of curing temperature 12 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 13 ASTM C172 with the following requirements: 14 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 15 concrete mixture exceeding 5 cubic yards, but less than 150 cubic yards, plus I set 16 for each additional 150 cubic yard or fraction thereof. 17 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample, but not 18 less than I test for each day's pour of each concrete mixture. Perform additional 19 tests when concrete consistency appears to change. 20 3. Air Content. ASTM C231, pressure method, for normal -weight concrete; 1 test for 21 each sample, but not less than 1 test for each day's pour of each concrete mixture. 22 4. Concrete Temperature: ASTM C1064; I test for each concrete sample. 23 5. Compression Test Specimens: ASTM C31. 24 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 25 1) Do not transport field cast cylinders until they have cured for a 26 minimum of 24 hours. 27 6. Compressive -Strength Tests: ASTM C39; 28 a. Test 1 cylinder at 7 days. 29 b. Test 2 cylinders at 28 days. 30 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 31 compressive -strength tests shall contain Project identification name and number, 32 date of concrete placement, name of concrete tester and inspector, location of 33 concrete batch in Work, design compressive strength at 28 days, concrete mixture 34 proportions and materials, compressive breaking strength, and type of break for 35 both 7- and 28-day tests. 36 8. Additional Tests: Additional tests of concrete shall be made when test results 37 indicate that slump, air entrainment, compressive strengths, or other City 38 specification requirements have not been met.. The Lab Services division may 39 conduct or request tests to determine adequacy of concrete by cored cylinders 40 complying with ASTM C42 or by other methods as directed by the Project 41 Manager, CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO, 103011 32 16 13-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Project Engineer. Core sampling and testing shall be at S Contractors expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered by l l the Project Engineer shall be provided by the Contractor without cost to the 12 City. 13 9. Additional testing and inspecting, at Contractor's expense, will be performed to 14 determine compliance of replaced or additional work with specified requirements. 15 10. Correct deficiencies in the Work that test reports and inspections indicate does not 16 comply with the Contract Documents. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 1.2 A. 1. c. Clarified what price bid includes for curb & gutter 12/09/2021 M Owen 1..2 A. 2. d. Clarified what price bid includes for valley gutter 2.2 B. 1. Updated table: Valley gutter concrete shall meet hand poured concrete paving requirements 6/10/2022 M Owen 1.2 A. 1. C. Clarify that price for curb & gutter to include excavation and removal and disposal of excavated material CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO. 103011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 e. Preformed Contrast Markings 12 2. Raised. markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B.Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C.Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A.Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the unit 28 price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marling 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2029 CITY PROJECT NO. 103011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 l7 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 321723-2 PAVEMENT MARKINGS Page2 oP11 b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Preformed Thermoplastic — Contrast Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed or per each for legend items b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per linear foot or per each for legends for "Preformed Thermoplastic — Contract Markings" installed for: a) Various Widths b) Various Types c) Various Applications c. The price bid shall include: 1) Installation of Contrast Markings, including solid black and solid white or yellow material as preformed 2) Railroad Legend shall include X and RR legend markings and three 24" stop bars 3) Surface preparation 4) Clean-up 5) Testing 4. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shaII include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 5. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 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 321723-3 PAVEMENT MARKINGS Page 3 of I 1 c. The price bid shall include; 1) Installation of Tab Work Zone Markers 6. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) 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 of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 7. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment 1) 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 of "Remove Pvmt Marking" performed for: a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 8. Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Remove Raised Marker" performed. e. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up 9. Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) 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 of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 321723-4 PAVEMENT MARKINGS Page 4 of I I I 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. Texas Manual on Uniform Traffic Control Devices (MUTCD). 2011 Edition_ 7 a. Part 3, Markings 8 3. American Association of State Hiahwav and Transportation Officials (AASHTO) 9 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 I0 4. Federal Hiehwav Administration (FHWA) I 1 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 12 5. Texas Department of Transnortation (TxDOT) 13 a. DMS-4200, Pavement Markers (Reflectorized) 14 b, DMS-4300, Traffic Buttons 15 c. DMS-8220, Hot Applied Thermoplastic 16 d. DMS-8240, Permanent Prefabricated Pavement Markings 17 e. DMS-8241, Removable Prefabricated Pavement Markings 18 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B.All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING 29 A. Storage and Handling Requirements 30 1. The Contractor shall secure and maintain a location to store the material in 31 accordance with Section 01 50 00. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -SUPPLIED PRODUCTS 36 A.New Products 37 1. Refer to Drawings to determine if there are owner -supplied products for the Project. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO. 103011 321723-5 PAVEMENT MARKINGS Page 5 of 11 l 2.2 MATERIALS 2 A.Manufacturers 3 1. Only the manufacturers as listed in the City's Standard Products List will be 4 considered as shown in Section 01 60 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered a 7 substitution and shall be submitted in accordance with Section 01 25 00, 8 B. Materials 9 1. Pavement Markings 10 a. Thermoplastic, hot applied, spray 1 1) Refer to Drawings and City Standard Detail Drawings for width of l2 longitudinal lines. 13 2) Product shall be especially compounded for traffic markings. 14 3) When placed on the roadway, the markings shall not be slippery when wet, 15 lift from pavement under normal weather conditions nor exhibit a tacky 16 exposed surface_ 17 4) Cold ductility of the material shall permit normal road surface expansion 18 and contraction without chipping or cracking. 19 5) The markings shall retain their original color, dimensions and placement 20 under normal traffic conditions at road surface temperatures of 158 degrees 21 Fahrenheit and below. 22 6) Markings shall have uniform cross-section, clean edges, square ends and no 23 evidence of tracking. 24 7) The density and quality of the material shall be uniform throughout the 25 markings. 26 8) The thickness shall be uniform throughout the length and width of the 27 markings. 28 9) The markings shall be 95 percent free of holes and voids, and free of 29 blisters for a minimum of 60 days after application. 30 10) The material shall not deteriorate by contact with sodium chloride, calcium 31 chloride or other chemicals used to prevent roadway ice or because of the oil 32 content of pavement markings or from oil droppings or other effects of traffic. 33 11) The material shall not prohibit adhesion of other thermoplastic markings if, 34 at some future time, new markings are placed over existing material. 35 a) New material shall bond itself to the old line in such a manner that no 36 splitting or separation takes place. 37 12) The markings placed on the roadway shall be completely retroreflective 38 both internally and externally with traffic beads and shall exhibit uniform 39 retro-directive reflectance. 40 13) Traffic beads 41 a) Manufactured from glass 42 b) Spherical in shape 43 c) Essentially free of sharp angular particles 44 d) Essentially free of particles showing cloudiness, surface scoring or 45 surface scratching 46 c) Water white in color 47 f) Applied at a uniform rate CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO, 103011 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 11 1 g) Meet or exceed Specifications shown in AASHTO Standard 2 Specification for Glass Beads Used in Pavement Markings, AASHTO 3 Designation: M 247-09. 4 b. Thermoplastic, hot applied, extruded 5 1) Product shall be especially compounded for traffic markings 6 2) When placed on the roadway, the markings shall not be slippery when wet, 7 lilt from pavement under normal weather conditions nor exhibit a tacky 8 exposed surface. 9 3) Cold ductility of the material shall permit normal road surface expansion 10 and contraction without chipping or cracking. 11 4) The markings shall retain their original color, dimensions and placement 12 under normal traffic conditions at road surface temperatures of 158 degrees 13 Fahrenheit and below. 14 5) Markings shall have uniform cross-section, clean edges, square ends and no 15 evidence of tracking. 16 6) The density and quality of the material shall be uniform throughout the 17 markings. 18 7) The thickness shall be uniform throughout the length and width of the 19 markings. 20 8) The markings shall be 95 percent free of holes and voids, and free of 21 blisters for a minimum of 60 days after application. 22 9) The minimum thickness of the marking, as measured above the plane 23 formed by the pavement surface, shall not be less than 1 /8 inch in the center 24 of the marking and 3/32 inch at a distance of 1/2 inch from the edge. 25 10) Maximum thickness shall be 3/16 inch. 26 11) The material shall not deteriorate by contact with sodium chloride, calcium 27 chloride or other chemicals used to prevent roadway ice or because of the oil 28 content of pavement markings or from oil droppings or other effects of traffic. 29 12) The material shall not prohibit adhesion of other thermoplastic markings if, 30 at some future time, new markings are placed over existing material. New 31 material shall bond itself to the old line in such a mariner that no splitting or 32 separation takes place. 33 13) The markings placed on the roadway shall be completely retroreflective 34 both internally and externally with traffic beads and shall exhibit uniform 35 retro-directive reflectance. 36 14) Traffic beads 37 a) Manufactured from glass 38 b) Spherical in shape 39 c) Essentially free of sharp angular particles 40 d) Essentially free of particles showing cloudiness, surface scoring or 41 surface scratching 42 e) Water white in color 43 f) Applied at a uniform rate 44 g) Meet or exceed Specifications shown in AASHTO Standard 45 Specification for Glass Beads Used in Pavement Markings, AASHTO 46 Designation: M 247-09. 47 c. Preformed Polymer Tape 48 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 49 3M High Performance Tape Series 3801 ES, or approved equal. 50 d. Preformed Heat -Activated Thermoplastic Tape CITY OF FORT WORTH VCW ttF ADDITIONAL UAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO. 103011 321723-7 PAVEMENT MARKINGS Page 7 of I l 1 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 2 mil preformed thermoplastic or approved equal. 3 2. Raised Markers 4 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 5 Control Devices. 6 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) 7 round ceramic markers and shall meet or exceed the TxDOT Specification 8 DMS-4300. 9 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 10 DMS-4200 for high -volume retroreflective raised markers and be available in l 1 the following types: 12 1) Type I-C, white body, 1 face reflects white 13 2) Type II -A -A, yellow body, 2 faces reflect amber 14 3) Type 11-C-R, white body, 1 face reflects white, the other red I 16 3. Work Zone Markings 17 a. Tabs 18 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 19 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 20 2) Removable markings shall not be used to simulate edge lines. 21 3) No segment of roadway open to traffic shall remain without permanent 22 pavement markings for a period greater than 14 calendar days. 23 b. Raised Markers 24 1) All raised pavement markers shall meet the requirements of DMS-4200. 25 c. Striping 26 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 27 8200. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL 30 A.Performance 31 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 32 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) :5 30 35 — 50 ? 55 2-lane roads with centerline n/a too 250 markings only (1) All other roads (2) n/a 50 100 33 (1) Measured at standard 30-m geometry in units of mcd/mz/lux. 34 (2) Exceptions: 35 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 36 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 37 long as the RRPMs are maintained so that at least 3 are visible from any position along that 38 line during nighttime conditions. 39 B. When continuous roadway lighting assures that the markings are visible, minimum 40 pavement marking retroreflectivity levels are not applicable. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO, 103011 321723-8 PAVEMENT MARKINGS Page 8 of 11 PART 3 - EXECUTION 2 3.1 EXAMINATION [NOT USED] 3 3.2 PREPARATION 4 A.Pavement Conditions 5 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 6 markings and other forms of contamination. 7 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 8 curing membrane. 9 3. Pavement to which material is to be applied shall be completely dry. 10 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 11 minutes, no condensation develops on the underside of a 1 square foot piece of 12 clear plastic that has been placed on the pavement and weighted on the edges. 13 5. Equipment and methods used for surface preparation shall not damage the 14 pavement or present a hazard to motorists or pedestrians. 15 3.3 INSTALLATION 16 A.General 17 1. The materials shall be applied according to the manufacturer's recommendations. 18 2. Markings and markers shall be applied within temperature limits recommended by 19 the material manufacturer, and shall be applied on clean, dry pavement having a 20 surface temperature above 50 degrees Fahrenheit. 21 3. Markings that are not properly applied due to faulty application methods or being 22 placed in the wrong position or alignment shall be removed and replaced by the 23 Contractor at the Contractor's expense. If the mistake is such that it would be 24 confusing or hazardous to motorists, it shall be remedied the same day of 25 notification. Notification will be made by phone and confirmed by fax. Other 26 mistakes shall be remedied within 5 days of written notification. 27 4. When markings are applied on roadways open to traffic, care will be taken to 28 ensure that proper safety precautions are followed, including the use of signs, 29 cones, barricades, flaggers, etc. 30 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 31 6. Temperature of the material must be equal to the temperature of the road surface 32 before allowing traffic to travel on it. 33 B. Pavement Markings 34 1. Thermoplastic, hot applied, spray 35 a. This method shall be used to install and replace long lines — centerlines, lane 36 lines, edge lines, turn lanes, and dots. 37 b. Markings shall be applied at a 11 0-mil thickness. 38 c. Markings shall be applied at a 90-mil thickness when placed over existing 39 markings. 40 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 41 e. Typical setting time shall be between 4 minutes and 10 minutes depending upon 42 the roadway surface temperature and the humidity factor. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO. 103011 321723-9 PAVEMENT MARKINGS Page9 of 1 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 2 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 3 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 subparagraph 2A.A.1 of this Specification. 5 2. Thermoplastic, hot applied, extruded 6 a. This method shall be used to install and replace crosswalks and stop -lines. 7 b. Markings shall be applied at a 125-mil thickness. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 3. Preformed Polymer Tape 11 a. This method shall be used to install and replace crosswalks, stop -lines, and 12 legends. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 4. Preformed Heat -Activated Thermoplastic Tape 18 a. This method shall be used to install and replace crosswalks, stop -lines, and 19 legends. 20 b. The applied marking shall adhere to the pavement surface with no slippage or 21 lifting and have square ends, straight lines and clean edges. 22 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 23 this Specification. 24 C.Raised Markers 25 1. All permanent raised pavement markers on Portland Cement roadways shall be 26 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 27 2. All permanent raised pavement markers on new asphalt roadways may be installed 28 with epoxy or bituminous adhesive. 29 3. A chalk line, chain or equivalent shall be used during layout to ensure that 30 individual markers are properly aligned. All markers shall be placed uniformly 31 along the line to achieve a smooth continuous appearance. 32 D.Work Zone Markings 33 1. Work shall be performed with as little disruption to traffic as possible. 34 2. Install longitudinal markings on pavement surfaces before opening to traffic. 35 3. Maintain lane alignment traffic control devices and operations until markings are 36 installed. 37 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 38 shown on the Drawings. 39 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 40 of a surface treatment, unless otherwise shown on the Drawings. 41 6. Place markings in proper alignment with the location of the final pavement 42 markings. 43 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 44 transverse lines. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised June 10, 2022 CITY PROJECT NO. 103011 321723-10 PAVEMENT MARKINGS Page 10 of 11 1 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 2 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 3 beam automobile headlight. 4 9. The daytime and nighttime reflected color of the markings must be distinctly white 5 or yellow. 6 10. The markings must exhibit uniform retroreflective characteristics. 7 11. Epoxy adhesives shall not be used to work zone markings. I0 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 3.4 REMOVALS 1. Pavement Marking and Marker Removal a. The industry's best practice shall be used to remove existing pavement markings and markers. b. If the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a matter that color and texture contrast of the pavement surface will be held to a minimum. d. Repair damage to asphaltic surfaces, such as spaIling, shelling, etc., greater than inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. f. Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to cover the existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas where directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spaIling pavement surfaces. d) Sweeping or light blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation will be allowed for marking or marker removal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 1 3.5 REPAIR / RESTORATION [NOT USEDI 2 3,6 REINSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 321723 -11 PAVEMENT MARKINGS Page I 1 of I 1 A.All lines must have clean edges, square ends, and be uniform cross-section. B.The density and quality of markings shall be uniform throughout their thickness. C. The applied markings shall have no more than 5 percent, by area, of holes or voids and shall be free of blisters. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3,10 CLEANING A,Contractor shall clean up and remove all loose material resulting from construction operations. 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 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 6/10/22 M Owen 1.1 A and 1.2 A — Revised to address preformed "contrast" pavement markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised .tune 10, 2022 VCWRF ADDITIONAL UAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 32 3113 CHAIN LINK FENCE AND GATES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 3231 13 - 1 CHAIN LINK FENCE AND GATES Page I of 7 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 casement) 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 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. Chain Link Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS ❑RYING FACILITY CITY PROJECT NO. 103011 3231 13-2 CHAIN LINK FENCE. AND GATES Page 2 of 7 a. Measurement 1) Measurement for this Item shall be by the linear foot of Wrought Iron Fence 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 Wrought Iron Fence installed for various heights. 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 3. Steel Tube Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 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 Steel Tube Fence installed for various heights. 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 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes e. F 626, Standard Specification for Fence Fittings f. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS A. Shop drawings CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR 1310SOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 3231 13 -3 CHAIN LINK FENCE AND GATES Page 3 of 7 1. Layout of fences and gates with dimensions, details, and finishes of components, accessories and post foundations if requested by the City. B. Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MANUFACTURED UNITS / MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized 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 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 existing or both top and bottom selvages knuckled (2) Furnish 1-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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 3231 13 -4 CHAIN LINK FENCE AND GATES Page 4 of 7 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged, d) Furnish 1-piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 3 0, 000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/fe minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength; 45,000 psi (310 MPa) c) Sizes as indicated on Drawings d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on Drawings d) Hot -dipped galvanized with minimum 1.8 oz/ftz of coated surface area c. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide 1 cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR 13I0SOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 3231 13 - 5 CHAIN LINK FENCE AND GATES Page 5 of 7 a) 1 518 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) 1 piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of 3/16 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 5116 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) 1 inch x 1 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 3231 13 - 6 CHAIN LINK FENCE AND GATES Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. c. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. S. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation I. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side offence opposite fabric side for added security. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 3231 13-7 CHAIN LINK FENCE AND GATES Page 7 of 7 c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/202012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 1.1.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 3291 19 - l TOPSOIL PLACEMENT AND FISHING OF PARKWAYS Page l of 3 1 SECTION 32 9119 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 l0 1. None. 11 3. 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 PROCEDURES 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 placeltampedTops oiL 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 onec, 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 REFERENCES [NOT USED[ 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USEDI 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD 1 CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 3291 19 -2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 1. Topsoil 6 1. Use easily cultivated, fertile topsoil that: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.0 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 13 available upon request. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less I6 6. Plasticity Index: 20 or less 17 7. Gradation: maximum of 10 percent passing No. 200 sieve 18 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 1. Finishing of Roadway Right -of -Ways 27 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for right-of-ways is encountered, extend the 31 depth of excavation in the right-of-ways to 6 inches and backfillwith minimum of 3 32 inches of topsoil. 33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 34 a. Minimum: 1/4 inch per foot 35 b. Maximum:4:1 36 c. City may approve variations from these requirements in special cases. 37 5. Whenever the adjacent property is lower than the design curb grade and runoff 38 drains away from the street, the right-of-ways grade must be set Ievel with the top 39 of the curb. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 3291 19 -3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 6. The design grade from the right-of-ways extends to the back of the walls line. 2 7. From that point (behind the walls), the grade may slope up or down at maximum 3 slope of 4:1. 4 2. Placing of Topsoil 5 1. 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, l0 clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches l 1 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 REINSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM 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 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARYOF CHANGE 25 3/11 /2022 M Owen Revised title of specification andprovided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 11, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 32 92 13 SODDING 329213-1 SODDING Page I of 7 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: 11 1. Division 0 - 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 of ten (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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROTECT NO. 103011 32 92 11 - 2 SODDING Page 2of7 I 1) Sod shall be watered until turned over to adjacent property owner for 2 maintenance 3 2) Fertilization will not be required 4 3) Mowing not required for projects in areas where maintenance will be 5 immediately turned over to adjacent property owners 6 2. Mowing 7 a. Measurement 8 1) Measurement for this Item shalt be per each for the project, beyond the two 9 (2) mow cycles included in sodding price, as approved and directed by the 10 City 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per each. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED1 17 1.5 ACTION SUBMITTALS [NOT USED1 18 1.6 INFORMATIONAL SUBMITTALS 19 A. Certifications, Samples and Documentation 20 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments 21 and/or other materials, including a certificate from the vendor indicating sod is free 22 from weeds. 23 2. Delivery receipts and copies of invoices for materials used for this work shall be 24 subject to verification by the City 25 B. Exceptions 26 1. Certifications, samples and associated documentation will not be required for sod to 27 be turned over to adjacent property owner for maintenance 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A Developer/contractor who plants material is responsible for the supervision of crew, the 32 site, and the maintenance of the material until the project is accepted by the City 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Sod 35 1. Protect from exposure to wind, sun and freezing. 36 2. Keep stacked sod moist, consistently throughout stack. 37 3. Sod upon delivery may be inspected by City 38 4. Harvesting and planting operations shall be coordinated with not more than seventy- 39 two (72) hours elapsing between harvesting and placement, rolling, tamping, and 40 watering of sod. 41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 42 required by City for the project. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROJECT NO. 103011 3292 13 -3 SODDING Page 3 of 7 1 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 [SITE] CONDITIONS 6 A. Grading of site and installation of topsoil must be approved by City prior to application 7 of sod. 8 1.12 WARRANTY 9 A. Warranty Period: Until project acceptance or through required maintenance period, to 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 contractor or subcontractors of this is 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 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS AND EQUIPMENT 25 A. Materials 26 1. 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 insects, disease, stones, undesirable 35 foreign materials and weeds and grasses deleterious 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 VCWRF ADDITIONAL. GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROJECT NO. 103011 3292 13 -4 SODDING Page 4of7 l a. Maximum grass height: 2-inches 2 b. Dimensions 3 1) Machine cut to uniform soil thickness. 4 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved 5 equal. 6 3) Sod shall be of equal width and of a size that permits the sod to be lifted, 7 handled and rolled without breaking. 8 c. Broken or torn sod or sod with uneven ends shall be rejected. 9 d. Temporary Erosion Control or Over Seed of dormant sod— consist of the sowing 10 of cool season plant seed. Seed must be included between November i through 1 l March 1 or as directed by the City. 12 13 Common Name Bo tan ica]Name Lbs./Acre Lbs.lAcre broadcast drilled seed method method Elbon Rye Secale cereale 100-120 80-100 14 3. Fertilizer to be installed only as directed by City or as indicated in construction 15 documents 16 a. Determined by soil testing report 17 b. Acceptable condition for distribution per manufacturer's instructions 18 c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or 19 Tree Protection Area. 20 4. Topsoil: See Section 32 91 19. 21 5. Water: clean and free of industrial wastes or other substances harmful to the 22 germination of seed or to the growth of the vegetation. 23 2.3 ACCESSORIES 24 A. SOD PINS 25 1. Metal 26 2. Wood pegs 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED[ 30 3.2 EXANUNATION 31 A. City may examine site grading to ensure it conforms to approved drawings, prior to 32 installing sod. 33 1. City will notify Contractor if grading is to be inspected prior to sod installation. 34 2. If required for specific project, Contractor must coordinate inspection seventy-two 35 (72) hours prior to cutting of sod and delivery 36 B. Sod may be inspected by City upon delivery. 37 3.3 PREPARATION 38 A. Surface Preparation: c tear surface of all material including the following and dispose of 39 off -site or as directed by City: CrTY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROJFCT NO. 103011 3292 13 -5 SODDING Page 5of7 l 1. Stumps, stones, and other objects larger than 1-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 10-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. I 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 Protection 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 Iay sod when ground is frozen. 29 2. Over -seeding with Elbon Rye shall be included from November 1 until March 1. 30 Refer to Section 32 92 14 "Seeding" for seed rates. 31 a 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 topsoilper 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROJECT NO. 103011 3292 13 -6 SODDING Page 6 of 7 1 7. Place sod so that the entire area designated for sodding is covered with no gaps or 2 overlapping material 3 8. Fill voids left in the solid sodding with additional sod and tamp. 4 9. Stagger joints and seams. 5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. 6 a. Use pedestrian mechanical process (no motorized vehicles / equipment). 7 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard 8 shall be leveled 9 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including 10 curbs, drives, and walkways. I 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm 12 earth in areas that may slide due to the height or slope of the surface or nature of the 13 soil. 14 C. Watering and Finishing 15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and 16 rolled. 17 2. Generally, as recommended by the vendor 18 3. Water source shall be clean and free of industrial waste or other substances harmful 19 to the germination of the seed or growth of the vegetation. 20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must 2I be over -seeded as directed in 2.2 A.2.d. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 REINSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE 31 A. Sodding 32 1. Water and mow sod until completion and final acceptance of the Projector as 33 directed by the City. 34 2. Trim and maintain along edges including curbs, drives, and walkways with 35 maximum 1-inch surface elevation change. 36 3. Sod shall be rooted to scarified soilwith continuous surface coverage with no gaps or 37 overlapping edges. 38 4. Includes protection, replanting, and maintaining grades with no settlement over 1- 39 inch, and immediate repair of erosion damage until the project receives final 40 acceptance. 41 5. Sod shall not be considered finally accepted until the sod has started to peg down 42 (roots growing into the soil) and is free from dead blocks of sod. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROJECT NO. 103011 329213 -7 SODDING Page 7 of 7 1 B. Acceptance 2 1. Sod shall be accepted once fully established. 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- S inch diameter and greater. 9 C. Replanting 10 1. Replant areas with dead blocks of sod (50 percent of individual block or greater). 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 1-inch. 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 22 Revision Lag 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 M Owen throughout document. Updated 1.2 payment measurement, 3.3 Preparation updatedto reflect current industry tree care standards for root zone disturbance. 3.4Installation added descriptions to clarify acceptable installation. 3.13 Maintenance added descriptions to clarify acceptance andrejection of sodded areas including growth, mow cycle and watering. Inserted exceptions associatedwith sod to be turned over to adjacent property owner. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SJOSOLIDS DRYING FACILITY Revised May 13, 2021 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page l of 2l 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1- GENERAL 4 1.1 SUNP4ARY 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 it 4) Gas Lines 12 b. Gravity Applications 13 1) Wastewater Gravity Mains 14 2) Storm Sewer Pipe and Culverts l5 3) Storm Sewer Precast Box and Culverts 16 2. Including: 17 a. Excavation of all material encountered, including rock and unsuitable materials 18 b. Disposal of excess unsuitable material 19 c. Site specific trench safety 20 d. Pumping and dewatering 21 c. Embedment 22 f. Concrete encasement for utility lines 23 g. Backfill 24 h. Compaction 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related- Specification Sections include, but are not necessarily limited to: 28 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 29 Contract 30 2. Division I —General Requirements 31 3. Section 02 41 13 — Selective Site Demolition 32 4. Section 02 41 15 — Paving Removal 33 5. Section 02 41 14 Utility Removal/Abandonment 34 6. Section 03 30 00 — Cast -in -place Concrete 35 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 36 8. Section 31 10 00 — Site Clearing 37 9. Section 3125 00 — Erosion and Sediment Control 38 10. Section 33 05 26 — Utility Markers/Locators 39 11. Section 34 71 13 — Traffic Control 40 1.2 PRICE AND PAYMH: T PROCEDURES 41 A. Measurement and Payment CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10 -2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFiLL Page 2 or 21 1 1. Trench Excavation, Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans, No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre -bid item and measured as 19 provided under "Measurement" will be paid for at the unit price bid per 20 cubic yard of "Imported Embedment/Backfill" delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price bid per cubic yard of "Concrete Encasement for Utility Lines" per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing, hauling, placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when aground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for "Ground Water Control' 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO, 103011 1 2 3 4 5 6 7 8 9 l0 IN 330510-3 UT ILIT Y T BENCH EXCAVATION, EMBEDMENT, AND BACKF ILL Page 3 of 21 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) 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 excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 13 1.3 RF.FFRENCES 14 15 I6 17 18 19 20 21 A. Definitions 1. General -- Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springlinc, pipe zone and foundation are defined as shown in the following schematic: I)AVED AREAS k9 UNPAVED AREAS i �ti%�\• � ----L�------- - ---=�'..1! Cott M --�- f% \/, BACKFILL\: m SPRINGLINE W HAUNCHING - -- �._ _ _—'�,'-...... - �rDDINr /.r FOUNDMION • % �/% Av 00 CLEARANCL EXCAVATED IRENCH WlDifi CITY OF FORT WORTH STANDARD CONSTRUL71ON SPECIFICATION DOCUMENTS Revised October 21, 2022 VCWRF ADDITIONAL GAS LINE FOR B10SOLIDS DRYING FACILITY CITY PROJECT NO. 103011 330510-4 UTILITYTRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 1 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 backfilI 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 l I 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 D448-08 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 D588 Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 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 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 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 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - 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 ADMINISTRATIVE 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 excavation. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 33 05-10 - 5 UTILITY T RENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 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 D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 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 SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE ]NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and bac Hill 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 3125 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 3125 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 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 [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained %a" 0 V435 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 4200 90-100 e. The City has a pre -approved list of sand sources far utility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list 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 crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised Ootober 21, 2022 CITY PROJECT NO. 103011 3305 10 -7 UTILITY TRENCH EXCAVATION, EMBEDMENT, ANDBACKFILL Page 7 of 21 1 c. May be unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 5 sodium sulfate soundness per ASTM C88 6 3. Fine Crushed Rock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. May be unwashed 10 d. Free from significant silt clay or unsuitable materials. I l e. Have a percentage of wear not more than 40 pereentper ASTM C131 or C535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May be unwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 20 sodium sulfate soundness per ASTM C88 21 5. Acceptable Backfill Material 22 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In -situ soils classified as ML, MI3, PT, OLur OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limit Iess than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand (CSS) 41 a. S and 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System 45 of ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps, ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces, ASTM C123, less than 5.0 percent CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 330510-8 UT ILIT Y T RENCI I EXCAVATION, EMBEDMENT, AND BAC KFILL Page 8 of 21 1 (3) Organic impurities, ASTM C40, color no darker than standard 2 color 3 (4) Plasticity index of or less when tested in accordance with ASTM 4 D4318. 5 b. Minimum of percent cement content of Type 1/11 portland cement 6 c. Water 7 1) Potable water, free of soils, acids, alkalis, organic matter or other 8 deleterious substances, meeting requirements of ASTM C94 9 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. l0 e. Strength 11 I ) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 12 D1633, Method A 13 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 14 D1633, Method A 15 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 16 that exceeds the maximum compressive strength shall be removed by the 17 Contractor for no additional compensation. 18 f. Random samples of delivered product will be taken in the field at point of 19 delivery for each day of placement in the work area. Specimens will be prepared 20 in accordance with ASTM D 1632. 21 10. Controlled Low Strength Material (CLSM) 22 a. Conform to Section 03 34 13 23 11. Trench Geotextile Fabric 24 a. Soils other than ML or OH in accordance with ASTM D2487 25 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 26 2) Fibers shall retain their relative position 27 3) Inert to biological degradation 28 4) Resist naturally occurring chemicals 29 5) UV Resistant 30 6) Mirafi 140N by Tencate, or approved equal 31 b. Soils Classified as ML or OH in accordance with ASTM D2487 32 1) High -tenacity monofilament polypropylene woven yarn 33 2) Percent open area of 8 percent to 10 percent 34 3) Fibers shall retain their relative position 35 4) Inert to biological degradation 36 5) Resist naturally occurring chemicals 37 6) UV Res istant 38 7) Mirafi FW402 by Tencatc, or approved equal 39 12. Concrete Encasement 40 a. Conform to Section 03 30 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKI-ILL Page 9 of 21 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXANUNATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground fac ilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. a Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPARATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such away that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated casements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 330510.10 UT ILIT Y T RENCH EXCAVAT ION, EMBEDMENT, AND B ACKF ILL Page 10 of 21 1 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 41 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 any 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 Draw ings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in -situ materials encountered in the trench. 40 3. Excavate 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10-11 UT ILITY T R ENCH EXCAVATION, EMBEDMENT, AND BACKF ILL Page I 1 of 21 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 ac c eptable bac kfill in aterials . 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 indicatcd 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. 3l 5. Do not allow soil, or water containing soil, to migrate through the Excavation 32 Safety System in sufficient quantities to adversely affect the suitability of the 33 Excavation Protection System. Movable bracing, shoring plates or trench boxes 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 Iine and grade after the Excavation Protection System is 37 removed 38 c. Compromise the compaction of the embedment located below the spring Iine 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 groundwater 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 WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12OF21 1 c. Do not allow water to flow over concrete until it has sufficiently cured- 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability of the 13 excavation. 14 d) Ground water entering the excavation is transporting unacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 f. Control of ground water shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. Water Disposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 3I 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If ground water is in sufficient quantity to cause sand to pump, then use 39 crushed rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shall be paid by the pre -bid unit price, 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniform bedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 2 the elevation of the valve nut. 3 j. Form all blocking against undisturbed trench wall to the dimensions in the 4 Drawings. 5 k. Compact embedment and initial backfill. 6 1. Place marker tape on top of the initial trench backfill in accordance with 7 Section 33 05 26. 8 2. Water Lines 16-inches through 24-inches in diameter: 9 a. The entire embedment zone shall be of uniform material. 10 b. Utility sand may be used for embedment when the excavated trench depth is 11 less than 15 feet deep. 12 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 13 trench depths 15 feet, or greater. 14 d. Crushed rock shall be used for embedment for steel pipe. 15 e. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand 17 f. Place evenly spread bedding material on a firm trench bottom. 18 g. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required not specifically identified in the 22 Contrast Documents, then crushed rock shall be paid by the pre -bid unit 23 price. 24 h. Place pipe on the bedding according to the alignment shown on the Drawings. 25 i. The pipe line shall be within: 26 1) �=3 inches of the elevation on the Drawings for 16-inch and 24-inch water 27 lines 28 j. Place and compact embedment material to adequately support haunches in 29 accordance with the pipe manufacturer's recommendations. 30 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 31 but not more than 12 inches, above the pipe. 32 1. Where gate valves are present, the initial backfill shall extend to up to the valve 33 nut. 34 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 35 ASTM D 698. 36 n. Density test performed by a commercial testing firm approved by the City to 37 verify that the compaction of embedment meets requirements. 38 o. Place trench geotextile fabric on top of the initial backfill. 39 p. Place marker tape on top of the trench geotextile fabric in accordance with 40 Section 33 05 26. 41 3. Water Lines 30-inches and greater in diameter 42 a. The entire embedment zone shall be of uniform material. 43 b. Crushed rock shallbe used for embedment. 44 c. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand. 46 d. Place evenly spread bedding material on a firm trench bottom. 47 e. Provide firm, uniform bedding. 48 I) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 2 3 4 5 6 7 8 9 10 11 I2 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 3305 10-14 UT ILr1' Y T RENCH EXCAVATION, EMBEDMENT, AND BACKF ILL Page 14of21 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 on the Drawings. g. The pipe line shall be within: 1) f 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. i. For steel 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. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. in. Density test maybe performed by a commercial testing firm 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. 4. Sanitary Sewer Lines, Storm Sewer Lines and Gas Lines (HDPE) 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. i. 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 D 698. 1. Density test may be performed by a commercial testing firm 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTICATION DOCUMENTS Revised October 21, 2022 VCWRF ADDITIONAL, GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 3305 10 -15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BAC KFILL Page 15 of 21 l 5. Storm Sewer (RCP) •2 a. The bedding and the pipe zone up to the spring line shall be of uniform 3 material. 4 b. Crushed rock shall be used for embedment up to the spring line. 5 c. The specified backfill material may be used above the spring line. 6 d. Place evenly spread bedding material on a firm trench bottom. 7 e. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipe line. 9 f. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the I l trench. 12 2) if additional crushed rock is required which is not specifically identified in 13 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 14 price. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe line shall be within =L0.1 inches of the elevation, and be consistent 17 with the grade, shown on the Drawings. 18 i. Place embedment material up to the spring line. 19 1) Place embedment to ensure that adequate support is obtained in the haunch. 20 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 21 ASTM D 698. 22 k. Density test maybe performed by a commercial testing firm approved by the 23 City to verify that the compaction of embedment meets requirements. 24 I. Place trench geotextile fabric on top of pipe and crushed rock. 25 6. Storm Sewer (PP - Polypropylene) 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment up to top of pipe. 28 c. Place evenly spread bedding material on a firm trench bottom. 29 d. Spread bedding so that fines and grades are maintained and that there are no sags 30 in the storm sewer pipe line. 31 e. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically 35 identified in the Contract Documents, then crushed rock shall be paid 36 by the pre -bid unit price. 37 f. Place pipe on the bedding according to the alignment shown in the Drawings. 38 g. The pipe line shall be within t0. l inches of the elevation, and be consistent with 39 the grade shown on the Drawings. 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 j. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 k. Place trench geotextile fabric on top of the initial backfill. 47 7. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECITICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10-16 UT ILIT Y T BENCH EXCAVATION, EMB FDMENT, AND BACKF ILL Page 16of21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipe line. 7 c. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in I I the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 34 13. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within �0.1 inches of the elevation, and be consistent with the 17 grade, shown on the Drawings. 18 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 8. Water Services (Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm, uniform bedding. 25 e, Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 27 9. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipe line. 33 e, Provide firm, uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents, then crushed rock shallbe paid by the pre -bid unit 38 price. 39 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may be required to verify that the compaction meets the density 44 requirements. 45 13. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in -place density 47 and moisture content is obtained, and so that there will be no damage to the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO, t03011 3305 10 -17 UT FLIT Y T BENCH EXCAVATION, EMBEDMENT, AND BACKF ILL Page 17 of 21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8" c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater (under existing or future pavement) 10 1) Bac Hill depth from 0 to] 5 feet deep 11 a) Bac Hill w ith: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill w ith: l7 (1) Select Fill l8 (2) CSS, or l9 (3) CLSM when specifically required 20 b) 21 c. Backfill for service Imes: 22 1) Backfill for water or sewer service lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction and Density 25 a. Final backfill (depths less than 15 feet/under existing or future pavement) 26 1) Compact acceptable backfill material, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within -2 to +5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfillto a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill (not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within -2 to +5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content, the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 3305 10 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF ILL Page 18 of 21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26, 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c, Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 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 3305 10 -19 UT ILIT Y T RENCH EXCAVATION, EMBEDMENT, AND BACKF ILL Page 19 of 21 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the commercial testing firm approved by the City. d. The commercial testing lab will perform moisture/density test for every 200-ft or less of trench length, as measured along the length of the pipe. A minimum of one test shall be performed for every 2 vertical feet of compacted backfill material, independent of the contractor's lift thickness for compaction. Test locations shall be staggered within each lift so that successive lifts are not tested in the same location. A random number generator may be used to determine test locations. Moisture/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the final grade. The project inspector or project manager may request testing at an increased frequency and/or at specific locations. e. The contractor can proceed with subsequent earthwork only after test results for previously completed work comply with requirements. If the required compaction density has not been obtained, the backfill should be scarified and moistened or aerated, or removed to a depth required, and be replaced with approved backfill, and re -compacted to the specified density at the contractor's expense. In no case will excavation, pipe -laying, or other operation be allowed to proceed until the specified compaction is attained. f. The testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Accela (Developer Projects) and BIM 360 (City Projects) site within 48 hours. h. Test reports shall include: 1) Location of test by station number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 3305 10 -20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 1 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. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, 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 with ASTM D2922 or AS TM 1556. 13 B. Non -Conforming Work 14 1. All non -conforming work shall be removed and replaced. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 18 19 20 21 22 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 Lag DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D, Johnson 3.3.A -- Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 —Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.1.dModify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re; backfill testing requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOL[DS DRYING FACILITY CITY PROJECT NO. 103011 3305 10 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND B ACKFILL Page 21 of 21 412/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 21, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 3305 19- 1 HORIZONTAL DIRECTIONAL DRILLING Page 1 of 9 i SECTION 33 0519 2 HORIZONTAL DIRECTIONAL DRILLING 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for the installation of High -Density Polyethylene (HDPE) gas pipe 6 and Steel Casing using the Horizontal Directional Drilling (HDD) method of 7 installation. 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 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 15 4. Section 33 31 15.1— High Density Polyethylene (HDPE) Pipe for Gas Mains 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the installation of the utility pipeline as 20 designated in the Drawings. 21 2. Payment 22 a. The work performed and materials furnished in accordance with this Item are 23 subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be 24 complete in place, and no other compensation will be allowed. 25 3. The price bid shall Include: 26 a. Mobilization 27 b. Excavation, use, and backfilling of all access and exit pits. 28 c. Pilot tunnel boring. 29 d. Removal and disposal of spoils and drilling fluid including all costs associated 30 with use of vacuum excavation equipment. 31 e. Clean-up 32 f. All costs and activities associated with "potholing" to expose existing utility 33 lines. 34 g. Any and all labor, equipment, and materials required to complete the work not 35 previously called out above. 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. 41 2. Occupational Safety and Health Administration (OSHA) CITY OF FORT WORTH 'VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 3305 19- 2 HORIZONTAL DIRECTIONAL DRILLING Page 2 of 9 1 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 2 1926, Subpart S, Underground Construction and Subpart P, Excavation. 3 b. ASTM F1962 - 11 Standard Guide for Use of Maxi -Horizontal Directional 4 Drilling for Placement of Polyethylene Pipe or Conduit Under Obstacles, 5 Including River Crossings. 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A, Pre -installation 8 1. Provide written notice to the City at least 3 workings days in advance of the 9 planned launch of HDD boring operations. 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section 0133 00. 12 B. All submittals shall be approved by the City prior to delivery. 13 C. Contractor shall submit the following for approval by the Engineer. 14 1. Complete methodology specific to each crossing. Contractor must determine and 15 document the proposed drill path including its horizontal and vertical alignments 16 and the location of buried utilities and substructures along the path. 17 2. A bore plan showing the finished grade along the bore path, the deflection and radii 18 of the pilot bore, the length of each bore, and the vertical and horizontal clearances 19 between the bored pipe and any existing and proposed conflicting pipes, conduits, 20 or obstructions. Clearances must not be less than the guidance system's accuracy 21 tolerance. 22 3. A drilling fluid management plan detailing proposed methods to control, collect, 23 transport, and dispose of drilling fluids and spoils. Return and spoils are the 24 drilling mud and cuttings collected in the entry and exit pits as well as any fluid, 25 which escapes from the borehole to the surface. The plan shall contain a method of 26 dealing with inadvertent returns or surface seepage of drilling fluids and spoils and 27 a contingency plan in case of spills (i.e., drilling fluids, hydraulic fluids, etc.) 28 including measures to contain and clean the affected area. 29 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 30 A. Shop Drawings 31 1. Written procedures, and information that demonstrates in detail the proposed 32 method of operation. This submittal shall include, but not be limited to the 33 following: 34 a. HDD guidance system type and information including the accuracy, range, and 35 repeatability values for inclination, roll, and azimuth of the system. 36 b. Location and size of drilling and receiving pits. 37 c. Dewatering and methods of removing spoils material. 38 d. Method of installing pipe. 39 e. Method of fusion pipe segment and type of equipment. 40 f. Type of cutting head. 41 g. Method of monitoring and controlling line and grade. 42 h. Location of product pipe joining areas and staging areas. 43 i. Detection of surface movement. 44 J. End seal or bulkhead designs and locations for casing/liners. CITY OF FORT WORTH Revised Octaber 25, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 3305 19- 3 HORIZONTAL DIRECTIONAL DRILLING Page 3 of 9 1 k. Method of abandonment of pilot holes. 2 I. Bentonite drilling mud for information only: 3 1) Products information, material specifications, and handling procedures. 4 2) Material safety data sheet and special precautions required. 5 3) Method of mixing and application. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Qualifications 10 1. Contractor 11 a. All HDD work shall be performed by an experienced subcontractor or 12 Contractor who has at least 5 years of experience in performing HDD work and 13 has completed at least 5 boring projects of similar diameter and ground 14 conditions. 15 1) The Contractor shall submit documentation showing a minimum three 16 years of HDD experience with at least 80,000 feet of guided boring 17 installation of 1.25" to 24" diameter projects similar in the scope and value to 18 the project specified in the contract documents. At least I of the projects shall 19 have an individual boring length equal to or greater in length than the longest 20 bore on this project. 21 2) Information must include, but not be limited to the following: 22 a) Date and duration of work. 23 b) Location, 24 c) Pipe information (i.e. length, diameter, depth of installation, pipe 25 material, etc.). 26 d) Project Owner information (i.e. name, address, telephone number, 27 contact person, etc.). 28 e) Contents handled by the pipeline (i.e. water, wastewater, conduit, gas, 29 etc.) . 30 3) Supervisory field personnel and historical information of HDD experience, 31 a) At least one field supervisors listed must be at site when HDD 32 operations are in progress. 33 b) The project superintendent shall have at least 5 years of experience 34 supervising HDD construction. 35 B. Adherence to the specifications contained herein, or the Engineer's approval of any 36 aspect of any directional bore operation covered by this specification, shall in no way 37 relieve the Contractor of their ultimate responsibility for the satisfactory completion of 38 the work authorized by the City. 39 C. The Contractor shall also be responsible for developing and maintaining emergency 40 procedures for inadvertently boring into existing utilities including a live power line, 41 natural gas line, water line, sewer line, or fiber-optic cables. 42 D. If a drilled hole beneath a paved surface must he abandoned, the hole shall be filled 43 with grout to prevent future subsidence. The Engineer shall be notified before the 44 borehole is abandoned and the abandoned borehole shall be identified on the as -built 45 plans. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, ZOZZ CITY PROJECT NO, 103011 3305 19- 4 HORIZONTAL DIRECTIONAL DRILLING Page 4 of 9 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER -FURNISHED 10u] OWNER-SUPPLIEDPRODUCTS [NOT USED] 6 2.2 MATERIALS 7 A. Piping Materials 8 1. HDPE: See Section 33 3115.1 9 2. Steel Casing: See Section 33 05 22 10 B. Drilling Fluid 11 1. No drilling fluid shall be used that does not comply with environmental regulations, 12 2. Drilling fluids shall be a mixture of clean water and bentonite clay. The fluid shall 13 be inert. The fluid should remain in the tunnel to insure the stability of the tunnel, 14 reduce drag on the pulled pipe, and provide backfill within the annulus of the pipe 15 and tunnel. Waste oil or environmentally non -compatible polymers cannot be part 16 of composition. 17 3. Excess drilling mud slurry shall be contained in a lined pit or containment pound at 18 exit and entry points until recycled or removed from the site. Entrance and exit pits 19 shall be of sufficient size to contain the expected return of drilling mud and spoils. 20 4. Disposal of excess drilling fluid and spoils shall be the responsibility of the 21 Contractor and shall be conducted in compliance with all relevant regulations, 22 right-of-way, workspace requirements, and permit agreements. Excess drilling fluid 23 and spoils shall be disposed of at an approved location and shall be performed at no 24 additional cost to the City. The Contractor is responsible for transporting all excess 25 drilling fluid and spoils to the disposal site and for paying any disposal costs. 26 Excess drilling fluid and spoils shall be transported in a manner that prevents 27 accidental spillage onto roadways. Precautions shall be taken to keep drilling fluids 28 out of the streets, manholes, sanitary and storm sewers, and other drainage systems 29 including streams and rivers. 30 5. Drilling fluid returns caused by fracturing, formations, or any other means at 31 locations other than the entry and exit points shall be minimized. The Contractor 32 shall immediately clean up and dispose of any drilling fluid and spoils from return 33 areas. 34 6. The Contractor shall provide mobile spoils removal equipment capable of quickly 35 removing spoils from entry and exit pits and from return areas. This equipment 36 must be present during all HDD operations to fulfill the disposal requirements 37 previously described. 38 C. Pipe Rollers 39 1. Pipe rollers, if required, shall be of sufficient size to fully support the weight of the 40 pipe while being tested and during pull -back operations. Sufficient number of 41 rollers shall be used to prevent excess sagging of pipe. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 33 05 19- 5 HORIZONTAL DIRECTIONAL DRILLING Page 5 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Prior to any alterations to the work -site, the Contractor shall video record the entire 8 work area, including entry and exit points in accordance with Section 0132 33. 9 B. The work site as indicated on the Drawings, within the right-of-way, shall be graded or 10 filled to provide a level working area. No alterations beyond what is required for 11 operations are to be made. The Contractor must confine all activities to the designated 12 work areas. 13 C. The Contractor is responsible for protecting all existing utilities. Existing utilities within 14 the path of the proposed horizontal directional bore shall be pot -holed to determine depth. 15 3.4 INSTALLATION 16 A. General 17 1. Excavate access and exit pits as necessary to horizontally directional drill the 18 proposed pipe alignment as shown on the drawings. 19 2. Provide method to control line and grade. 20 a. Provide and maintain instrumentation that accurately locates pilot hole. 21 B. Guidance System 22 1. The Guidance system must use a Magnetic Guidance System (MGS) or a proven 23 gyroscopic probe and interface for a continuous and accurate determination of the 24 location of the drill head during the drilling operation. The guidance system shall be 25 of a proven type and shall be setup and operated by personnel trained and 26 experienced with this system. The Operator shall be aware of any magnetic 27 anomalies and shall consider such influences in the operation of the guidance 28 system if using a magnetic system. 29 2. The guidance system must be capable of tracking in any soil condition, including 30 hard rock. It must enable the driller to guide the drill head by providing immediate 31 information on the tool face, horizontal direction (azimuth), and vertical direction 32 (inclination). The system must be capable to be remotely steered and permit 33 electronic monitoring of tunnel depth and location. 34 3. The guidance system must be accurate and calibrated to the manufacturer's 35 specifications of the vertical depth. The system must be accurate to within 2% 36 vertically and one foot horizontally. 37 4. The guidance system shall be capable of generating a plot of the borehole survey 38 for the purpose of an as -built drawing. CITY OF FORT WORTH Revised October 25, 20Z2 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 05 19- 6 HORIZONTAL DIRECTIONAL DRILLING Page 6 of 9 1 5. At least one (1) reading per drill rod Is required during the drilling of the pilot hole, 2 registering inclination, heading, length, depth and the orientation of the bent sub. 3 This information shall be recorded on the steering log and be available for 4 inspection of the superintendent as and when required. 5 C. Drilling Operation 6 1. Drilling Fluids 7 a. Drilling fluid shall be used during drilling and back -reaming operations. 8 Maintain drilling fluid in bore hole to increase stability of surrounding soil and 9 reduce drag on pulled pipe. 10 b. Dispose of drilling fluid and other spoils at location following laws, ordinances, 11 rules, and regulations of local jurisdiction. 12 D. Pilot Hole Boring 13 1. The entry angle and the pilot hole and the boring process shall maintain a curvature 14 that does not exceed the allowable bending radius of the product pipe. 15 2. A strict minimum bending radius guideline is imposed so as to avoid an excessively 16 sharp bending radius and consequently, possible damages to the conduit. The 17 entrance angle of the drill string shall be between 8 and 20 degrees to the 18 horizontal, with 12 degrees considered optimal. The exit angle of the drill string 19 shall be within the range of 5 to 10 degrees. 20 3. Drill pilot hole along path following Drawings to these tolerances: 21 a. Vertical alignment plus or minus 0.5 foot. Vertical path of the pilot hole must 22 not establish new high points not shown on Drawings. 23 b. Horizontal alignment plus or minus 1.0 foot. 24 c. Curve Radius: No curves will be accepted with a radius less than that shown on 25 the plan and Profile drawings. 26 4. Alignment Adjustments and Restarts 27 a. The Contractor shall follow the pipeline alignment as shown on the drawings 28 within the specifications stated. If adjustments are required, the Contractor shall 29 notify the Engineer and City for approval prior to making the adjustments. 30 b. Drill the pilot bore on the bore path with no deviations greater than 2% of the 31 depth and one foot horizontally over the length of the bore. If the pilot does 32 deviate from the bore path by more than 2% of depth or one foot horizontally 33 over the length of the bore, the pilot must be pulled back and re -drilled from a 34 location along the bore path before the deviation. The bore must not create high 35 points not shown on the drawings 36 c. In the event of difficulties at any time during boring operations requiring the 37 complete withdrawal from the tunnel, the Contractor may be allowed to 38 withdraw and abandon the tunnel and begin a second attempt at a location 39 approved by the Engineer. 40 d. Upon completion of the pilot hole, submit to the Engineer a set of as -drilled 41 records showing the pilot bore path plan and profile, as well as all directional 42 survey reports as recorded during the drilling operation. Upon written approval 43 (including time and date) by the Engineer of the pilot bore location, back 44 reaming (enlarging) of the bore opening can begin. 45 E. Reaming 46 1. Upon successful completion of pilot hole, the Contractor shall ream the bore hole, 47 using the appropriate HDD tooling. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 3305 19- 7 HORIZONTAL DIRECTIONAL DRILLING Page 7 of 9 1 2. The bore hole must not exceed 1.5 times the outside diameter of the pipe or pipe 2 joint/coupling for pipe up to 12 inches in diameter. For greater than 12-inch 3 diameters the bore hole must not exceed the maximum outside diameter of the pipe, 4 plus six inches. 5 3. A sufficient number of pre -reams shall be utilized as to avoid heaving while 6 enlarging the hole to the desired diameter. 7 4. The Contractor shall not attempt to ream, at one time, more than the drilling 8 equipment and mud system are designed to safely handle. 9 F. Pull -Sack 10 1. After successfully reaming the bore hole to the required diameter, the Contractor 11 will pull the pipe back through the bore hole. In front of the pipe will be a swivel to 12 prevent torsional stresses occurring in the pipe. Once pull -back operations have 13 commenced, operations must continue without interruption until the pipe is 14 completely pulled into the bore hole. During pull -back operations the Contractor 15 shall not apply more than the maximum safe pipe pull pressure at any time. 16 2. The product pipe being pulled shall be protected and supported so that it moves 17 freely and is not damaged by stones and debris on the ground during installation. 18 3. During pull -back operations, the conduit shall be sealed with a cap or plug to 19 prevent water, drilling fluids and other foreign materials from entering the pipe as it 20 is being pulled back. 21 G. Pipe 22 1. Pipe Installation 23 a. Remove all loose soil from casing or liner. 24 b. Grind smooth all rough welds at casing joints. 25 2. Pipe rollers, skates or other protective devices should be used in the installation of 26 conduits (6 in.) in outside diameter or larger. 27 3. The carrier and 1 or casing pipes, if possible, shall be strung out and welded/fused 28 together in one (1) long string at a location to facilitate ease of insertion into the 29 borehole. All precautions shall be taken to ensure the pipe string is protected from 30 damage. 31 4. Pipe will be placed on pipe rollers before pulling into bore hole with rollers spaced 32 close enough to prevent excessive sagging of pipe. 33 5. Pipe installation shall be performed in a manner that minimizes the over -stressing 34 and straining of the pipe. 35 6. When connecting to adjacent pulled or non -pulled section of HDPE pipe, allow pull 36 section of pipe to extend past termination point. Make tie-ins the next day after 37 pullback of HDPE pipe. 38 H. Installation of Carrier Pipe 39 1. Installation of Casing Spacers 40 a. Provide casing spacers, insulators or other approved devices to prevent 41 flotation, movement or damage to the pipe during installation. 4Z b. Assemble and securely fasten casing spacers to the pipeline to be installed in 43 casings. 44 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 45 insulators and pipe insertion. 46 d. Install spacers in accordance with manufacturer's recommendations. CITY OF FORT WORTH VCWRF ADDITIONAL. GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October Z5, ZOZZ CITY PROJECT NO. 103011 3305 19- 8 HORIZONTAL DIRECTIONAL DRILLING Page 8 of 9 1 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 2 and the casing. 3 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 4 the casing/liner in a manner that could damage the pipe or coatings. 5 g. The carrier pipe shall he electrically isolated from the carrier pipe and from the 6 casing. 7 h. After the casing or tunnel liner has been placed, pump dry and maintain dry 8 until the casing spacers and end seals are installed. 9 I. Installation of End Seals 10 1. For Gas Pipes 11 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 12 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 13 casing. Securely fasten with stainless steel bands. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL 17 A. Safety 18 1. The Contractor is responsible for safety on the job site. 19 a. Perform all Work in accordance with the current applicable regulations of the 20 Federal, State and local agencies. 21 b. In the event of conflict, comply with the more restrictive applicable 22 requirement. 23 2. Methods of construction shall be such as to ensure the safety of the Work, 24 Contractor's and other employees on site and the public. 25 3. Perform all Work in accordance with all current applicable regulations and safety 26 requirements of the federal, state and local agencies. 27 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 28 Underground Construction and Subpart P, Excavations. 29 b. In the event of conflict, comply with the more stringent requirements. 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES 34 A. The Contractor shall provide a set of as -built drawings including both alignment and 35 profile. Drawing should be constructed from actual field reading. Raw data shall be 36 submitted at any time upon Engineer's request. 37 B. Conduit shall be installed within the pre -specified alignment and grade tolerances as 38 appear on the drawings and/or project specifications. 39 C. Following drilling operations and pipeline installation, the Contractor must de -mobilize 40 equipment and restore the work -site to its original condition or as specified in the 41 Contract Documents. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR SIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 330519-9 HORIZONTAL DIRECTIONAL DRILLING Page 9 of 9 1 D. All excavations must be backfilled and mechanically compacted to 95% of original 2 density. 3 E. Landscaping must be restored or replaced to its original condition. 4 F. All drilling mud shall be properly disposed of by the Contractor. 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION CITY OF FORT WORTH Revised October 25, 2022 VCWRF ADDITIONAL GAS LINE FOR SIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 33 05 22 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Page 1 of 6 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 arc 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 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 backfili 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH VCWRF ADDITIONAL. GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330522-2 STEEL CASING PIPE Page 2 of 6 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 10) 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 A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): 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 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 Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330522-3 STEEL CASING PIPE Page 3 of 6 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: 1) Grout/lubrication ports 2) Joint details 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: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 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 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 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 [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. 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: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330522-4 STEEL CASING PIPE Page 4 of 6 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 Thickness (inches) (inches) 12 —18 .3125 (5/16) 20 — 24 .375 (3/8) 26 — 32 -5 (1/2) 34 — 42 .625 (5/8) 44-48 .6875 (I1/16) Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with 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 A139, 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: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330522-5 STEEL CASING PIPE Page 5 of 6 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 I0-foot length. 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 f 2% degrees and with a width of root face I/16 inch t 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 AWWA 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 FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR RIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance With Section 33 05 23 or Section 33 05 20. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 11 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1- 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 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES L5 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) 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 "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/TunneI Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) CIean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 08, 2022 VCWRF ADDITIONAL GAS LINE FOR sIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 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 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 1 I 1) 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 "Water Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Joint restraint 5) Casing Spacers 6) End seals 7) Excavation 8) Hauling 9) Disposal of excess material 10) Clean-up 3. Installation of Gas Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment b. Payment 1) 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 "Gas Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Gas Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Joint restraint 5) Casing Spacers 6) End seals 7) Excavation 8) Hauling 9) Disposal of excess material 10) Clean-up 38 1.3 REFERENCES 39 A. Definitions 40 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 41 2. Casing: A steel pipe or tunnel liner installed by trencbless methods that supports the 42 ground and provides a stable underground excavation for installation of the carrier 43 pipe 44 B. Reference Standards 45 1. Reference standards cited in this Specification refer to the current reference 46 standard published at the time of the latest revision date logged at the end of this 47 Specification, unless a date is specifically cited. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 11 1 2. American Society of Testing and Materials (ASTM) 2 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 3 Specimens. 4 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 5 Mortars (Using 2-in or [50 mm] Cube Specimens). 6 c. D638, Standard Test Method for Tensile Properties of Plastics. 7 3, International Organization for Standardization (ISO): 8 a. 9001, Quality Management Systems -Requirements. 9 4. Occupational Safety and Health Administration (OSHA) 10 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 11 1926, Subpart S, Underground Construction and Subpart P, Excavation. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS 14 A. Submittals shall be in accordance with Section 0133 00. 15 B. All submittals shall be approved by the City prior to delivery. 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 17 A. Product Data 18 1. Casing Isolators/Spacers 19 a. Material Data 20 2. Grout Mix 21 a. Material Data 22 B. Shop Drawings 23 1. Required for 24-inch and larger pipe installations 24 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 25 construction methods to be employed. 26 3. Casing Spacers/Isolators 27 a. Detail drawings and manufacturer's information for the casing isolators/spacers 28 that will be used. 29 1) Include dimension and component materials and documentation of 30 manufacturer's ISO 9001:2000 certification. 31 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 32 by -case basis. 33 c. For consideration of alternate method, submit a detailed description of method 34 including details. 35 4. End seal or bulkhead designs and locations for casing/liners. 36 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 37 Plan and Methods including: 38 a. Grouting methods 39 b. Details of equipment 40 c. Grouting procedures and sequences including: 41 1) Injection methods 42 2) Injection pressures 43 3) Monitoring and recording equipment 44 4) Pressure gauge calibration data CITY OF FORT WORTH VCWRF ADDPPIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 1 l 1 5) Materials 2 d. Grout mix details including: 3 1) Proportions 4 2) Admixtures including: 5 a) Manufacturer's literature 6 b) Laboratory test data verifying the strength of the proposed grout mix 7 c) Proposed grout densities 8 d) Viscosity 9 e) Initial set time of grout 10 (1) Data for these requirements shall be derived from trial batches from 11 an approved testing laboratory. 12 e. Submit a minimum of 3 other similar projects where the proposed grout mix 13 design was used. 14 f, Submit anticipated volumes of grout to be pumped for each application and 15 reach grouted. 16 g. For pipe installations greater than 36-inches, without hold down jacks or a 17 restrained spacer, provide buoyant force calculations during grouting and 18 measures to prevent flotation. 19 1) Calculations sealed by a licensed Engineer in the State of Texas. 20 h. Description of methods and devices to prevent buckling of carrier pipe during 21 grouting of annular space, if required 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Certifications 26 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 27 1SO9001:2000. 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 33 2.2 MATERIALS 34 A. Manufacturers 35 1. Only the manufacturers as listed on the City's Standard Products List will be 36 considered as shown in Section 01 60 00. 37 a. The manufacturer must comply with this Specification and relates[ Sections. 38 2. Any product that is not listed on the Standard Products List is considered a 39 substitution and shall be submitted in accordance with Section 0125 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July OR, 2022 CITY PROJECT NO, 103011 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 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 11 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions required. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 (Restrained) 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 3331 13 Gas Line 6-12 HDPE PE4710 DR 11 3334 15.1 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 and gas 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 casingAiner) 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 08, 2022 VCWRF ADDITIONAL GAS LINE FOR 1310SOLIDS DRYING FACILITY CITY PROJECT NO. 103011 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 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 11 1) For water and gas piping Iess than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water and gas 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 and gas pipe, utilize Stainless Steel, 3) For sewer pipe, utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation c. Provide restrained -style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d, Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. f. Band material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g. Runner material and criteria 1) Provide pressure -molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of 11 inches in length. 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) Fill recess with a corrosion inhibiting filter. h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 08, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOS OLIDS DRYING FACILITY CITY PROJECT NO, 103011 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 11 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 o EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 l0 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 A. General 1 Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) ± 2 inches from design line b. Vertical 1) ±1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 09, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 1 l 1 a. Provide casing spacers, insulators or other approved devices to prevent 2 flotation, movement or damage to the pipe during installation and grout backfill 3 placement. 4 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 5 casings or tunnels. 6 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 7 insulators and pipe insertion. 8 d. Install spacers in accordance with manufacturer's recommendations. 9 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 10 and the casing. 1 l f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 12 the casing/liner in a manner that could damage the pipe or coatings. 13 1) If guide rails are allowed, place cement mortar on both sides of the rails. 14 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 15 lubricant to minimize friction when installing the carrier pipe. 16 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 17 casing. 18 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 19 firm, uniform and continuous support for the pipe. If the trench requires some 20 backfill to establish the final trench bottom grade, place the backfill material in 21 6-inch lifts and compact each layer. 22 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 23 until the casing spacers and end seals are installed. 24 3. Insulator Spacing 25 a. Maximum distance between spacers is to be 6 feet. 26 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 27 1) Install 2 spacers within 1 foot on each side of the bell or flange. 28 2) Remaining 2 spacers shall be spaced equally. 29 c. If the casing or pipe is angled or bent, reduce the spacing. 30 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 31 of size of casing and pipe or type of spacer used. 32 e, Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 33 spigot into the bell. 34 4. After installation of the carrier pipe: 35 a. Mortar inside and outside of the joints, as applicable 36 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 37 1) If continuity exists, remedy the short, by all means necessary including 38 removing and reinstalling the carrier pipe, prior to applying cellular grout. 39 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 40 casing. 41 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 42 of pipe will only be allowed after grouting of annular space is complete. 43 D. Installation of End Seals 44 1. For Water and Gas Pipes 45 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 46 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 47 casing. Securely fasten with stainless steel bands. 48 2. For Sewer Pipes CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 330524-9 INSTALLATION OF CARRIER PIPF IN CASING OR TUNNEL LINER PLATE Page 9 of I I 1 a. Grout annular space between carrier pipe and casing as indicated in this 2 Specification. 3 E. Annular Space Grouting (For Sewer Only) 4 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 5 operation as necessary. 6 2. Mixing of Grout 7 a. Mix material in equipment of sufficient size to provide the desired amount of 8 grout material for each stage in a single operation. 9 1) The equipment shall be capable of mixing the grout at the required densities 10 for the approved procedure and shall be capable of changing the densities 11 as required by field conditions. 12 3. Backfill Annular Space with Grout 13 a. Prior to filling of the annular space, test the carrier pipe in accordance with 14 Section 33 0130. 15 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 16 do not exceed this pressure. 17 c. After the installation of the carrier pipe, the remaining space (ail voids) between 18 the casing/liner and the carrier shall be filled with LDCC grout. 19 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 20 be in contact with the grout. 21 2) Grout shall be pumped through a pipe or hose. 22 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 23 pipe during grouting. 24 4. Injection of LDCC Grout 25 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 26 approved recommendations or 5 psi (whichever is lower). 27 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 28 velocity and pressure compatible with the size/volume of the annular space. 29 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 30 grouting procedures require multiple stages. 31 d. Grout placements shall not be terminated until the estimated annular volume of 32 grout has been injected. 33 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 34 6. Protect and preserve the interior surfaces of the casing from damage. 35 3.5 REPAIR / RESTORATION [NOT USED] 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD Cali] SITE QUALITY CONTROL 38 A. Reports and Records required for pipe installations greater than 48-inches and longer 39 than 350 feet 40 1. Maintain and submit daily logs of grouting operations. 41 a. Include: 42 1) Grouting locations 43 2) Pressures 44 3) Volumes 45 4) Grout mix pumped CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 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 330524- 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of I 1 5) Time of pumping 2. Note any problems or unusual observations on logs. B. Grout Strength Tests 1. City will perform testing for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. 2. City will perform field sampling during annular space grouting. a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic yards of grout injected but not Iess than I set for each grouting shift. b. City will perform 24-hour and 29-day compressive strength tests per ASTM C39 (cylindrical specimens) or ASTM C109 (cube specimens). c. Remaining samples shall be tested as directed by City. C. Safety 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 jacking shafts and receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. 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. 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. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 08, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 330524-11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page l 1 of I i 1 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 9 DATE NAME 12/20/2012 D.Johnson 6/19/2013 D.Johnson 10 END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.B.1 — Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1. LC — Added Concrete Pressure Pipe Specification reference. 2.23.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 33 05 26 - 1 UTILITY MARKERSILOCATIORS Page 1 of 5 1. Buried and surface utility markers for utility construction 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. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. The price bid shall include: 1) Furnishing and installing Utility Markers 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 backfill 8) 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 ADMINSTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 330526-2 UTILITY MARKERS/LOCATIORS Page 2 of 5 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 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 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not Iisted on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 25, Z022 CITY PROJECT NO. 103011 330526-3 UTILITY MARKERS/LOCATIORS Page 3 of 5 (1) Color — Blue (in accordance with 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 APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) d) Gas Lines (1) Color — Yellow (in accordance with APWA Uniform Color Code) (2) Legend — Caution Gas 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 Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below d) Gas Lines (1) Color — Yellow (in accordance with APWA Uniform Color Code) (2) Legend — Caution Gas 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 1$ 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 330526-4 UTILITY MARKERS/LOCATIORS Page 4 of 5 B. Surface Markers Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground The warning sign for all surface markers shall be 21 inches (not including post cap). Where possible, place surface markers near fixed objects. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. f. For gas lines, 1) At utility crossings such as: a) High pressure or large diameter pipelines b) Fiber optic lines c) Underground electric transmission lines and electric duct banks d) Or other locations shown on the Drawings, or directed by the City 3.5 REPAIRIRESTORATION [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] 310 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 VCWRF ADDITIONAL GAS LIFE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 330526-5 UTILITY MARKERS/LOCATIORS Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1212012012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 33 05 30 - 1 LOCATION OF EXISTING UTILITIES Page 1 of SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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: 1. Division 0 — 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 1. Exploratory 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 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 hid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) 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 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 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 each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfilI 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. 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 Society of Civil Engineers (ASCE) a, ASCE Publication Cl/ASCE 3 8 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 VCWRF ADDITIONAL GAS LINE FOR SIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. 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 USEDI 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 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 1. 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLID5 DRYING FACILITY Revised December 20, 2012 CITY PROJECT NO. 103011 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Lag SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D. Johnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 VCwRF ADDITIONAL GAS LINE FOR i3IOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 33 11 05 -1 BOLTS, NUTS, AND GASKETS Page l of 7 All nuts, bolts and gaskets associated with pressurized 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 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 04 10 — Joint Bonding and Electrical Isolation 4. Section 33 11 14.1 Stainless Steel Pipes and Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b, Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Reviscd July 08, 2022 1 CITY PROJECT NO. 103011 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 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 Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. At 93, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. C1 I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe FIanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. S. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH VCWRF ADDITIONAL. GAS LINT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Rcvised July 08, 2022 CITY PROJECT NO. 103011 33 11 05 -3 BOLTS, [NUTS, AND GASKETS Page 3 of 7 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 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B, 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 VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 33 11 05-4 BOLTS, NUTS, AND GASKETS Page4af7 C. T-Bolts and Nuts 1. Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI CI I I/A21.11 and ASTM A242 b, Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304, b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, CIass I(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods I . Meet requirements of AWWA C207 2. Rods: ASTM Al93, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C11I/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C1II/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unlit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised duly 08, 2022 CITY PROJECT NO. 103011 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 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 AWWA/ANSI C1II/A2L11 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 VitonO (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 10. 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 1. 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 117, "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] CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Rcviscd July 08, 2022 CITY PROJECT NO. 103011 33 11 05-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. FIanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and XyIan Coated Nuts, 3. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of I hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of `/2-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod I. Install as part of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC- 1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of '/2-inch from the nuts. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 08, 2022 CITY PROJECT NO. 103011 33 11 05-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, Ioose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) 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 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loin] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 08, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK SECTION 33 12 15 ELECTRIC ACTUATORS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 33 12 15 - 1 ELECTRIC ACTUATORS Page 1 of 6 1. Electric motor -driven actuators for valves as identified in the Drawings. 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 1— General Requirements 3. Section 33 12 18 — Ball Valves 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. b. Measurement includes ball valves, piping, and appurtenances necessary to install the actuator. 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 `Electric Actuator Assembly" installed for: 1) Various sizes b. The price bid shall include: 1) Furnishing and installing Electric Actuators with ball valves and appurtenances as specified in the Drawings 2) Fittings 3) Submitting product data 4) Clean-up 5) 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. International Organization for Standardization (ISO): a. ISO 22153, Electric Actuators for Industrial Valves CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR MSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 331215-2 ELFCTKIC ACTUATORS Page 2of6 3. National Electrical Manufacturers Association (NEMA): a. 1, 250 -Enclosures for Electrical Equipment (1000 V Maximum). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop drawings: 1. Include shop drawings and product data with associated valve as an integrated unit. 2. Provide a complete Iist/schedule of all actuators being provided and the size of the valve they are actuating. 3. Wiring diagrams: a. Include all options and expansion cards furnished with each actuator. b. Dimensioned drawings of each valve and actuator combination. c. Dimensioned drawings of each valve gearbox. d. Electric motor data. B, Product data: 1. Electrical ratings: a. Voltage and number of phases. b. Starting and running current. c. Voltage levels and source for control and status. 2. Description of integral control interface. 3. Environmental ratings, including NEMA enclosure rating and submergence capabilities. 4. Gear ratios for both manual and motorized actuation. 5. Opening and closing directions. 6. Allowable starts per hour. 7. List of all included options and accessories. 8. Full travel times. 9. Gearbox data including gear ratio, and gearbox efficiency. C. Calculations: Submit the following for each valve/gate size and class: 1. Operating torque calculations. 2. Maximum torque calculations for seating and unseating. 3. Maximum operating torque at starting and normal operation. D. Certificates and Test Reports 1. Factory test report and certificate. 2. Each actuator must be performance tested with a simulated load at the factory and individual test certificates and detailed test reports shall be provided. a. The test equipment used should simulate a typical valve load. E. Manufacturer's instructions: CITY OF FORT WORTH Revised October 25, 2022 VCWRF ADDITIONAL GAS UNE FOR 13I0SOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 15-3 ELECTRIC ACTUATORS Page 3 of 6 1. Include manufacturer's instructions, description of system operation, start-up data, and troubleshooting checklist. F. Operations and maintenance data: 1. Include manufacturer's literature; cleaning procedures, replacement part lists, wiring diagrams, and repair data. 2. Include a list of all configurable parameters, and the final values for each. 3. List of recommended spare parts. 4. List of special tools necessary for proper operation and/or maintenance. 5. Exploded view drawings that illustrate all assemblies, sub -assemblies, and components. 6. Routine test procedures for all electronic and electrical circuits. 7. Troubleshooting chart covering the complete valve and controls/electrical power systems, showing description of trouble, probable cause, and suggested remedy. 8. Certified factory and field-test results. 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Provide valve actuators integral with valve. b. All actuators shall be the product of a single manufacturer for all valve applications on this project. 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 exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. CITY OF FORT WORTH Revised October '25, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 15-4 ELECTRIC ACTUATORS Page 4 of 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2,2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. One of the following or Engineer approved equal: a. Acceptable manufacturer for lines 6 inch and larger: 1) Beck Electric Actuators, Model Group 11. 2. Any product that is not listed on this specification is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials/Design Criteria 1. Provide actuators complete and operable with all components and accessories required for operation. 2. Analog Input: a. For modulating applications using 4-20 mA input command signal, actuator shall have integrated electronics and be able to operate in ambient temperatures of -40°F (-40°C) to 185°F (85°C) and 99% relative humidity. 3. Motor: a. Motor bearings shall be maintenance -free. b. Motor shall be capable of withstanding 60 starts / stops per minute or a temporary stall condition without overheating. c. Design of the motor shall be such that electrical and thermal overload protection is not required. 480V/3 phase input power is accommodated via internal step-down transformer. Motor shall be non -coasting with instant magnetic braking, and shall be self-locking and self -releasing without the use of a separate brake winding, mechanical brake or worm gear mechanism. d. Control drive shall be designed to stay in place upon loss of power and shall be capable of holding a load equal to at least 200% of the rated output without the use of AC power. e. The actuator motor shall be TENV with Class H insulation. 4. Stall torque shall be self-limiting, not exceeding two and one half times the rated torque; torque switches shall not be required. 5. Gear train shall have high efficiency spur gears constructed of heat treated alloy steel or ductile iron only; no worm gears. a. Actuator gearing shall be lubricated with a premium, heavy-duty lithium -based lubricant. No oil baths shall be used for lubrication. Control actuators shall be able to operate in any mounting orientation. 6. Control Inputs: a. Two SPDT over -travel limit switches shall be provided for over -travel protection and two auxiliary SPDT switches, adjustable over the full range of travel for remote indication of full open and full close status. b. Switches shall be rated for 6 amps at 120 volts AC. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 33 12 15-5 ELECTRIC ACTUATORS Page 5 of 6 c. Modulating actuator shall provide control through an integral, digital control module which positions the actuator in proportion to a 4-20 mA control input signal. The control module shall be capable of initiating shaft movement in steps down to 0.1°. Upon loss of input signal, the actuator shall be field configurable to move to any predetermined position. 7. Actuators: a. The actuator shall be furnished with a 120 volt AC, single phase, 60 Hz, permanent magnet synchronous, no -burnout motor rated for 100% continuous duty. b. Actuator shall have integral mechanical stops capable of limiting travel of the actuator and load. c. Actuator shall be provided with a dry contact for remote indication of actuator trouble, including loss of power, loss of control signal, over travel, and/or over torque with LED indicator lights on the actuator to indicate which condition has caused the alarm. d. Actuator shall include a low -speed, disc -type hand wheel to permit manual operation of the actuator without electrical power and without a declutching mechanism. e. Actuators for open 1 close service shall use a 120/1/60 discrete or pulsed input signal from an automatic controller or relay to energize the motor directly without any electronics in the actuator required. This configuration can also be used for modulating service without limitation to the duty cycle. f. Modulating actuator shall also be equipped with a contactless position sensing device and be capable of providing an isolated 4-20 mA feedback signal in linear proportion to the 0-100% valve position. The sensing device shall have infinite resolution. g. A five -position, actuator -mounted electric hand switch shall be provided to permit local electrical operation upon loss of control signal. With the hand switch in AUTO mode, actuator shall respond to remote control signals automatically. Auxiliary contacts on the hand switch shall be provided for remote indication for when the switch is in AUTO. 8. EncIosures: a. Enclosure shall be totally enclosed, cast, weatherproof, dust -tight, NEMA 4X and IP68 construction. All field connections shall be made in one terminal compartment. Separate conduit entrances shall be available for power and control wiring. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Factory test: 1. Test each actuator in the factory, and submit an individual test certificate for each actuator. 2. Perform a high potential test and record the following information: a. Test voltage. 3. Simulate a maximum and typical valve loads and record the following information: a. Current and power factor at maximum and set torque values. b. Torque as measured by the actuator. c. Actuator output speed or operating time. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 33 12 15 - 6 ELECTRIC: ACTUATORS Page 5 of 6 4. Performance testing: Conduct performance test for each actuator simulating valve operating torque from full -open to full -close and from full -close to full -open. The following information shall be recorded during each performance test: a. Torque at maximum torque setting. b. Current at maximum torque setting. c. Test voltage and frequency. d. Actuator output speed and operating time for full -open to full -close. e. Amperage draw on motors at breakaway and under normal operation. B. Field verify characteristics prior to sizing motor actuator. PART 3 - EXECUTION 3.1 INSTALLERS 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. Install actuators in accordance with manufacturer's instructions. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Revised October 25, 2022 VCWRF ADDITIONAL GAS LINE FOR 1310SOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 18 - 1 BALL VALVES Page l of 6 SECTION 33 12 18 BALL VALVES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Ball Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 15 — Electric Actuators 4. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A_ Measurement and Payment Measurement 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 "Ball Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing Ball Valves as specified in the Drawings b. Clean-up c. Cleaning d. 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 Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). b. B 16.10, Face -to -Face and End -to End Dimensions of Valves c. B 16.5, Pipe Flanges and Flanged Fittings d. B 16.34, Valves -Flanged, Threaded, and Welding End e. B 16.38, Large Metallic Valves for Gas Distribution (Manually Operated) CITY OF FORT WORTH Revised October 25, 2022 VCWRF ADDITIONAL GAS LINE FOR BiOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 18-2 BALL VALVES Page 2 of 6 3. American Society of Testing and Materials (ASTM) a. A167, Standard Specification for Stainless and Heat -Resisting Chromium - Nickel Steel Plate, Sheet, and Strip 4. American Petroleum Institute (API): a. 61), Specification for Pipeline and Piping Valves 5. Manufacturers Standardization Society (MSS) a. MSS-SP-55, Quality Standard for Steel Castings for Valves, Flanges, Fittings, and Other Piping Components - Visual Method for Evaluation of Surface Irregularities 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Metal Body Ball Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating 1) When a piping system is specified to be tested at a pressure greater than 150 pounds per square inch gauge, provide valves for that piping system with design working pressure which are sufficient to withstand the test pressure. e. Valve classification f. Valve Torque required g. Actuator Type and maximum torque h. Total net assembled weight i. Valve operator and extension stems j. Opening direction 2. Each ball valve type specified herein shall be provided by a single manufacturer. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 1.9 QUALITY ASSURANCE A. Qualifications 1. Valves manufactured by manufacturers whose valves have had successful operational experience in comparable service. 2. Unit Responsibility CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 33 12 18-3 BALL VALVES Page 3 of 6 a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve and actuator, if required. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory -authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l . Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation_ 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Protect valves and protective coatings from damage during handling and installation; repair coating where damaged. 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 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. One of the following or approved equal: a. Apollo Valves b. Cameron c. FlowServe d. Balon e. The manufacturer must comply with this Specification and related sections. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 33 1219-4 BAIL VALVES Page 4 oP 6 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 0125 00, B. Materials Valve Body a. Valve bodies shall be stainless steel: In accordance with ASTM A167, Type 304L, material type to match piping material b. Type: Non -lubricated, full port and capable of sealing in either direction. c. End connections: I) Solder ends for sizes 3-inch and smaller. 2) Class 150 flanged for sizes larger than 3 inch. 3) Flanges: In accordance with ASME B 16.1 standards. 4) Flanges shall be designed for the test pressure of the valve. d. Stem packing: Manually adjustable while valve is under pressure. 2. Ball: Type 316 stainless steel in digester gas applications. 3. Bolts and Nuts a. Flanged Ends 1) Fabricated of stainless steel 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets 1) Provide gaskets in accordance with Section 33 1105. 5. Valve Shaft a. Valve shaft shall be: 1) Type 316 stainless steel or equal. 2) Rigidly connected to the ball by a positive means. a) Design connection to transmit torque equivalent to at least 75 percent of the torsional strength of the shaft. 3) Handles: Stainless steel latch lock handle with vinyl grip and stainless steel nut designed to open and close the valve under operating conditions. 4) Temperature limits: Suitable for operation between minus 20 and 350 degrees Fahrenheit. 6. Valve Bearings a. Valve shaft bearings shall be self -lubricated. 7. Valves for combustible fluid applications (digester gas, natural gas, fuel oil,etc) must be of fire safe design. C. Valve Actuator 1. Valve actuator per Section 33 12 15 and as shown on Drawings. D. Marking for Identification For each Ball Valve, clearly mark with the following information: a. Valve size b. Valve model number c. ANSI class rating d. Name of manufacturer e. Date of manufacture CITY OF FORT WORTH Revised October 25, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 18-5 BALL VALVES Page 5 of 6 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure, b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage (i.e, bubbles in the water pool) during the test period. 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] A. Preparation prior to installation: 1. Install valves after the required submittals have been accepted. 2. Determine after flanged valves are selected, the face-to-face dimensions of flanged valves. B. Fabricate piping to lengths taking into account the dimensions of flanged valves. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install each type of valve in accordance with manufacturers' printed instructions. 2. Provide incidental work and materials necessary for installation of valves including flange gaskets and flange bolts and nuts. B. Install valves so that handles clear obstructions when the valves are operated from fully • open to fully closed. C. Valves with threaded connections: 1. Install valves by applying wrench on end of valve nearest the joint to prevent distortion of the valve body. 2. Apply pipe joint compound or Teflon tape on external (male) threads to prevent forcing compound into valve seat area. D. Valves with flanged connections: 1. Align flanges and gasket carefully before tightening flange bolts. 2. When flanges are aligned, install bolts and hand tighten. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised October 25, 2022 CITY PROJECT NO. 103011 33 12 18-6 BALL VALVES Page 6 of 6 3. Tighten nuts opposite each other with equal tension before moving to next pair 4. of nuts. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.9 FIELD [oRj SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed Ball Valves, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Ball Valve meet the City's criteria, then the valve will be accepted as installed. 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 A. Manufacturer services from each manufacturer for all valves supplied: 1. Provide Manufacturer's Certificate of Source Testing. 2. Provide Manufacturer's Certificate of Installation and Functionality Compliance. B. Functional testing: 1. Valves: a. Test witnessing: Witnessed. b. Conduct pressure and leak test. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Revised October 25, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILTI`Y CITY PROJECT NO. 103011 33 12 19- 1 PRESSURE TESTING OF PIPELINES Page 1 of 5 1 SECTION 33 12 19 2 PRESSURE TESTING OF PIPELINES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for gas pipe prior to placing in service 7 a. Hydrostatic Testing is not allowed. 8 2. Before any newly constructed gas pipe placed into service it shall be cleaned and 9 tested. 10 B. Deviations from this City of Fort Worth Standard Specification 1 1 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 l — General Requirements 16 3. 33 34 15.1— High Density Polyethylene Gas Mains 17 4. 33 34 15.2 — Stainless Steel Piping for Gas Mains 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Pipe Testing 21 a. Measurement 22 1) This Item is considered subsidiary to the gas main (pipe). 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per linear foot of gas main (pipe) 26 main complete in place, and no other compensation will be allowed. 27 c. The price bid shall include: 28 1) Mobilization 29 2) Plugs 30 3) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 l . Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date Iogged at the end of this 35 Specification, unless a date is specifically cited. 36 2. American Society of Mechanical Engineers (ASME): 37 a. B31.3, Pressure Piping Code lei I &$] aj%41i4&1A (/k4a1 Revised October 28,2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 19- 2 PRESSURE TESTING OF PIPELINES Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. Contractor shall submit a sample standard pneumatic test procedure before commencing 5 testing. 6 C. All submittals shall be approved by the City prior to delivery. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS 9 10 11 12 t3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail). 2. Date and times of test. 3. Identification of pipeline or pipeline section tested or retested. 4. Identification of pipeline material. 5. Identification of pipe specification. 6. Test medium. 7. Remarks: Leaks identified (type and location), types of repairs, or corrections made. 8. Certification by Contractor that the leakage rate measured conformed to the specifications. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Joint Testing a. Testing Service - Engage a qualified independent testing agency to perform joint evaluation tests. b. Equipment - If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. CITY OF FORT WORTH Revised October 28,2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 19- 3 PRFSSURE TESTING OF PIPELINES Page 3 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [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 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 3.3 PREPARATION A. Pressure Test 1. Clean the gas main to remove all debris, solids, sand, grease, grit, etc. before testing. a. All materials, equipment, and personnel necessary to complete the cleaning of pipes must be present on the jobsite prior to isolating the line segment and beginning the cleaning process. b. Only mechanical cleaning shall be used. The cleaning shall be with approved equipment and accessories driven by power winching devices. 2. A piping system shall be tested as a complete unit or in sections. a. Under no circumstances shall a valve in a line be used as a bulkhead between gas in one section of the piping system and test medium in an adjacent section, unless a double block and bleed valve system is installed. b. A valve shall not be subjected to the test pressure unless it can be determined that the valve, including the valve -closing mechanism, is designed to safely withstand the pressure. 3. Prior to pressure testing HDPE plastic -pipe and fittings joined by heat fusion (e.g. butt fusion or saddle fusion) or electrofusion, the joints must be allowed sufficient time to properly cool. 4. Prior to testing new pipelines that are to be connected to existing pipelines, isolate the new line from the existing line by means of welded/fused line (end) caps, spectacle flanges, or blind flanges. 30 3.4 INSTALLATION 3l A_ General 32 1. The source of the pressure shall be isolated and the proper pressure stabilized 33 before the required duration of the pressure test can commence. 34 2. Pipes shall be in place, backfilled, and anchored before commencing pressure 35 testing. 36 3. Conduct pressure tests on exposed and aboveground piping after the piping has 37 been installed and attached to the pipe supports, hangers, anchors, expansion joints, 38 valves, and meters. CITY OF FORT WORTH Revised October 29,2022 VCWRF ADDMONAL GAS LINE FOR RIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 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 33 12 19- 4 PRESSURE TESTING OF PIPELINES Page 4 of 5 4. For buried piping, the pipe may be partially backfiIled and the joints left exposed for inspection during an initial leakage test. Perform the final pressure test, however, after completely backfilling and compacting the trench. 5. During the pressure test of HDPE plastic pipeltubing and fittings, the temperature of the HDPE material may not be more than 100°F. 6. The pressure shall be gradually increased until the pressure is the lesser of 30 psig or V7 of the Test Pressure. 7. When testing with air or nitrogen, after the test pressure is reached and stabilized for at least 15 minutes, all exposed fittings and joints shall be checked for leakage with a leak detecting solution. a. If leaks are identified the system shall be de -pressured and repairs made to correct the deficiency prior to proceeding. b, Thereafter, the pressure shall be gradually increased in steps until the test pressure is reached (i.e. 25%, 50%, 75% MAOP, test pressure). c. The pressure shall be held at each step long enough to equalize the piping strains. If leaks are identified, the system shall be de -pressured and repairs made prior to proceeding. d. Re -pressurization must follow all of the above steps. 8. The test pressure shall then be reduced to the design pressure before examining for leakage. 9. Depressurization must take place in a controlled manner to avoid sub -cooling due to the refrigeration effect, to equalize pipe strains, and to be cautious about the vented test fluid. 10. After the new line has been successfully tested, remove test bulkheads, end caps, or flanges and connect to the piping. B. Testing Requirements 1. The test medium shall be air or an inert gas. 2. The minimum test pressure (after stabilization) for distribution pressure mains and fittings shall be 150psig. 3. For lines with regulators supplying outlet pressures of at least I psig, but not more than 40 psig, the segment of line downstream of the service regulator up to the meter inlet valve(s) shall be pressure tested to a minimum of 50 psig. 4. All "aboveground" pressure testing shall be performed with "extra due diligence" to secure the pipe during the pressure test for the safety of employees, Contractors, and the general public. 5. Tie-in Joint/Weld: a. Each tie-in joint (e.g. mechanical coupling, electrofusion coupling) or weld used to tie-in a tested segment of distribution main shall be given a leakage test (i.e., soap tested) at operating pressure when placed into service. 6. Steel or PE Plastic Main a. The test pressure must be maintained at or above the test pressure for at least eight (8) hours after stabilization. A calibrated pressure gauge that will indicate two (2) psig increments or less shall be used for testing CITY OF FORT WORTH Revised October 28,2022 VCWRF ADDITIONAL GAS LINE FOR 9IOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 12 19- 5 PRESSURE TESTING OF PIPELINES Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.9 FIELD [op] SITE QUALITY CONTROL 4 A. Non -Conforming Work 5 1. Pressure test 6 a. Should the air test fail, find and repair leak(s) and retest 7 b. 100 percent of all joints shall be field tested, prior to the placement of backfill 8 over the spring line of the pipe, after the pipe has been substantially locked in to 9 place by embedment. 10 c. If the pipe does not pass the field air test, the joint Will be pulled and refitted or 1 I rejected and removed from the project. After full placement of backfill and 12 proper compaction, 100% of all joints Will be tested again, as the installation 13 progresses. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION .yflWt41201014alffel.?! I Revised October 28,2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 333115.1-1 HDPE PIPE FOR GAS MAINS SECTION 33 3115.1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR GAS MAINS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1 High density polyethylene (HDPE) pipe and fittings for gas 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 01— General Requirements 3. Section 33 05 1.0 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 26 -- Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the appurtenance 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 linear foot for "High Density Polyethylene Gas Lines" installed for: 1) Various sizes 2) Various backfills 3. The price bid shall include: a. Furnishing and installing HDPE gas line with joints as specified by the Drawings and this Section b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Clean-up k, Cleaning 1. Testing 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH Revised November 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 31 15.1 -2 HDPE PIPE FOR CAS MAINS 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B31.8, Gas Transmission and Distribution Piping Systems ASTM International (ASTM): a. F714, Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Outside Diameter b. D2774, Standard Practice for Underground Installation of Thermoplastic Pressure Piping c. D3261, Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing d. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings. e. D3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials f. F1055, Standard Specification for Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene and Crosslinked Polyethylene (PEX) Pipe and Tubing g. F2164, Standard Practice for Field Leak Testing of Polyethylene (PE) and Crosslinked Polyethylene (PEX) Pressure Piping Systems Using Hydrostatic Pressure 4. International Organization for Standardization (ISO): a. ISO 9001, Quality Management Systems — Requirements 5. Plastic Pipe Institute a. TR-33, Generic Butt Fusion Joining Procedure for Field Joining of Polyethylene Pipe 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS A. Product Data I. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured) 3. Nominal Diameter 4. Pressure Rating 5. Beam load 6. Laying lengths 7. Material list naming each product to be used identified by manufacturer and type number 8. Material designations for HDPE pipe and fittings including ASTM designation, PE designation, cell classification, and hydrostatic design basis CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised November 21, 2022 CITY PROJECT NO. 103011 3331 15.1 - 3 HDPE PIPE FOR GAS MAINS 9. Documentation that fusion equipment is from a manufacturer listed as a member of the Plastic Pipe Institute's (PPI) Municipal and Industrial Division B. Shop Drawings 1. Pipe and joint details, including dimension ratio (DR) and working pressure rating 2. Miscellaneous items to be furnished and fabricated for the pipe 3. Dimensions 4. Tolerances 5. Wall thickness 6. Properties and strengths 7. Fusion equipment manufacturer's written instructions outlining proper fusion techniques and safety procedures 8. Product data sheets and material specifications for mechanical joint adapter kits 9. Pipe calculations a. Calculations confirming the pipe will handle anticipated loading signed and sealed by a Professional Engineer Licensed in the State of Texas C. Certificates 1. Furnish an affidavit certifying that all HDPE pipe meets the provisions of this Section and ASTM F714. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of a single manufacturer for each size, unless otherwise specified by 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 this specification and ASTM F714. d. HDPE pipe and fittings manufacturers must be members of the Plastic Pipe Institute's (PPI) Municipal and Industrial Division and have a quality control program that is certified to comply with ISO 9001. 1) All quality control programs shall include testing, sampling, and inspection on incoming polyethylene raw materials, pipe, and fittings during the manufacturing process and at the completion of the manufacturing process. Testing shall be in accordance with the application sections of ASTM F714. Testing, inspection and sampling shall be performed full-time during the production of pipe and fittings for incorporation into this Contract. 2. Contractor CITY OF FORT WORTH Revised November 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 3331 15.1 -4 HDPE PIPE FOR GAS MAINS a. All HDPE gas pipe installation work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing HDPE gas pipe installation work and has completed at least 5 projects of similar diameter and ground conditions. b. Performing 25,000 feet or more of HDPE/Steel gas main replacement using open cut or by other than open cut methods in the United States of America over the past five (5) years. c. The work experience must have been performed under Contractor's or Sub - Contractor's company name. d. Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. e. The project superintendent shall have at least 5 years of experience supervising HDPE gas main construction. f. The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1. Pressure pipe 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 Section 0166 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. OnIy the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. 2. Design shall be performed in accordance with applicable ASTM standards for external and internal pressures separately using the larger of the two for the net design thickness. The pipe classes determined for various sizes and conditions shall provide the total calculated thickness at a minimum. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised November 21, 2022 CITY PROJECT NO. 103011 3331 15.1 - 5 HDPE PIPE FOR GAS MAINS 3. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. C. Materials 1. Pipe a. Gas main HDPE pipe shall conform to ASTM F714. Pipe shall adhere to Iron Pipe Size (IPS) sizing system and have a dimension ratio (DR) of DR 11 unless otherwise specified in the Drawings. b. Pipe shall be manufactured from a PE 4710 resin meeting the requirements of the Plastics Pipe Institute (PPI) Technical Report 4 (TR-4). The resin shall meet the specifications of ASTM D3350. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. All pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, blisters, dents and other injurious defects. No reworked material shall be allowed. c. Pipe with gashes, nicks, abrasions or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10 percent of the wall thickness shall not be used and shall be removed from the construction site. d. Pipe shall be no older than six months from the date of manufacture to the date of installation. All pipe shall be packaged in standard commercial coils or bundles that provide protection from shipping injuries, and shipped with end caps. e. Pipe and fittings shall be uniform in color, opacity, density and other physical properties. 1) Pipe and fittings not meeting these criteria will be rejected. f. Pipe Markings 1) Meet the minimum requirements of ASTM D3350. 2) Markings shall be in a color that contrasts with that of the pipe and shall be as follows: a) Marking intervals shall be at 6-inch intervals b) Manufacturer's Name or Trademark and production record c) Nominal pipe size d) ASTM or Standard Dimension Ratio (SDR) designation e) Cell classification f) Seal of testing agency that verified the suitability of the pipe g) Month and year of manufacture h) Identification of resin supplier. 2. Fittings a. General 1) All HDPE fittings shall be pressure rated to provide a working pressure rating no less than that of the pipe. CITY OF FORT WORTH Revised November 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 33 31 15_ t - 6 HDPE PIPE FOR GAS MAINS 2) Fittings shall be manufactured from a PE 4710 resin meeting the specifications of ASTM D3350. Fittings shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. All fittings shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, blisters, dents and other injurious defects. No reworked material shall be allowed. 3) Fittings shall be no older than 6 months from the date of manufacture to the date of installation. All fittings shall be packaged in standard commercial cardboard boxes that provide protection from shipping injuries. b. Butt Fusion Fittings 1) HDPE butt fusion fittings shall conform to ASTM D3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabricated from HDPE pipe conforming to this Specification. 2) Fabricated fittings shall be manufactured using a data logger to record fusion pressure and temperature. A graphic representation of the temperature and pressure data for all fusion joints made producing fittings shall be maintained as part of the quality control records. c. Electrofusion Fittings 1) HDPE electrofusion fittings shall conform to ASTM F1055. 3. Detectable Metallic Tape a. See Section 33 05 26. PART 3 o EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Size pipe and fittings as indicated on the Drawings. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. 4. Install pipe and fittings as specified herein, and in accordance with ASTM D2774 and the pipe manufacturer's recommendations. 5. Keep the interior of all pipes, fittings, and other accessories free from dirt and foreign matter at all times. Stack stockpiled materials so as to minimize entrance of foreign matter. Seal open piping with butt fusion end caps or with an approved manufacturer end cap at the end of each work day. No open pipe ends will be allowed at the end of the day. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. CITY OF FORT WORTH Revised November 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 3331 15.1 - 7 HDPE PIPE FOR GAS MAINS 2. During loading, transportation, and unloading, every precaution shall be taken to prevent injury to the pipe. No pipe shall be dropped from cars or trucks, or allowed to roll down slides without proper restraining ropes. During transportation each pipe shall rest on suitable pads, strips, skids, or blocks securely wedged or tied in place. Any pipe damaged shall be replaced. 3. Store pipe on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with manufacturer's recommendations. Store pipe under cover out of direct sunlight and protect from excessive heat or harmful chemicals in accordance with manufacturer's recommendations. 4. During handling and placement, carefully observe and inspect all materials, and mark, reject, and remove from the job site any damaged, defective, or unsound materials. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the pipe wall thickness shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. 5. Observe the allowable cold bending radius and do not exceed it under any circumstances. 6. Fused segments of the pipe shall be handled so as to avoid damage to the pipe. Chains or cable type chokers must be avoided when lifting fused sections of pipe. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. 7. Protect pipe and fittings which have been placed but not joined, backfilled, etc. in a manner satisfactory to the Owner. To avoid field damage, do not join fittings to more than one pipe before placement in the trench. C. Pipe Joining 1. Conform to the requirements of the Plastics Pipe Institute (PPI) Technical Report 33 (TR-33) as the minimum requirements for fusion procedures. 2. Inspect the pipe for defects before installation and fusion. Defective, damaged, or unsound pipe will be rejected. 3. Butt Fusion a. Join sections of HDPE pipe into continuous lengths on the jobsite above ground. Use the butt fusion method in strict accordance with manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400 °F, alignment, and an interfacial fusion pressure of 75 psi. The butt fusion joining shall produce a joint weld strength equal to or greater than the tensile strength of the pipe itself. Use a data logger for all welds to record temperature and fusion pressure with a graphic representation of the fusion cycle to include as part of the quality control records. b. All butt fusions must be performed by qualified personnel. The Contractor's supervisor shall be present during all pipe fusions to ensure that all required procedures are adhered to and to witness the quality of each joint. Fusion certified contract employees found to not be following manufacturer's guidelines will have their fusion certificate revoked and will not be allowed to perform fusions for the remaining duration of the Contract. CITY OF FORT WORTH Revised November 21, 2022 VCwRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 3331 15.1 - 8 HDPE PIPE FOR GAS MAINS c. Allow fusion joints to cool for the times recommended by the pipe manufacturer prior to any movement of the fused joint. 4. Electrofusion a. Electrofusion fittings manufactured and installed to the specifications herein may be used in lieu of butt fusion. D. Installation 1. Lay pipe to the lines and grades as indicated in the Drawings. Unless otherwise shown on the Drawings, provide a minimum of 4 feet and maximum of 8 feet earth cover over buried piping systems and appurtenances. 2. Install expansion devices as necessary to allow expansion and contraction movement. Laying Pipe in Trench a. Excavate and backfill trench in accordance with Section 33 05 W. b. Clean each pipe length thoroughly and inspect for compliance to specifications. c. Grade trench bottom and excavate for pipe bell and lay pipe on trench bottom. d. Except for first two joints, before making final connections of joints, install two full sections of pipe with earth tamped alongside of pipe or final with bedding material placed. c. Lay pipe in only suitable weather with good trench conditions. Never lay pipe in water except where approved by Engineer. f. Seal open end of line with watertight plug if pipe laying stopped. g. Remove water in trench before removal of plug. 4. Anchorage and Blocking a. Provide reaction blocking, anchors, joint harnesses, or other acceptable means for preventing movement of piping caused by forces in or on buried piping tees, Wye branches, plugs, or bends. b. Place concrete blocking so that it extends from fitting into solid undisturbed earth wall. Concrete blocks shall not cover pipe joints. c. Provide bearing area of concrete in accordance with drawing detail. 5. Install detectable underground hazard warning tape per Section 33 05 26. 3.5 REPAIRIRESTORATION [NOT USED] 3.6 REINSTALLATION [NOT USED] 3.7 CLEANING A. Clean interior of piping systems thoroughly before installing. B. Maintain pipe in clean condition during installation. C. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. D. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other foreign materials which may have entered the system. E. At completion of work and prior to final acceptance, thoroughly clean work installed under these Specifications. 1. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal cuttings, and sludge which may have accumulated by operation of system, from testing, or from other causes. CrrY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Devised November 21, 2022 CITY PROJECT NO. 103011 33 31 I5.1 - 9 14DPE PIPE FOR GAS MAINS 3.8 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections Pressure Test: a. All exposed piping systems, all pressure piping systems and all buried, insulated piping systems shall meet the specified test pressure throughout the duration of the test. b. Test Requirements 1) Test Medium: Air or inert gas 2) Pressure: a) Min.: 150 psig b) Max.: 175 psig 3) Duration: 8 hours c. Testing Methodology 1) Perform test in accordance with ASME B31.8S_ 2) All joints, including welds, are to be left exposed for examination during the test. 3) Test by filling system with air and pressurizing for the specified duration, and checking joints and fittings for leaks. Eliminate leaks before proceeding with work or concealing piping. 4) Isolate equipment in piping system with rated pressure lower than pipe test pressure. END OF SECTION CITY OF FORT WORTH Revised November 21, 2022 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 3331 15.2 - 1 STAINLESS STEEL PIPE FOR GAS MAINS SECTION 33 3115.2 STAINLESS STEEL PIPE FOR GAS MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Stainless steel piping and fittings for gas 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 01 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Bacifill 4. Section 33 05 25 — Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the appurtenance 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 linear foot for "Stainless Steel Gas Lines" installed for: 1) Various sizes 2) Various backfiIls 3. The price bid shall include: a. Furnishing and installing Stainless Steel gas line with joints as specified by the Drawings and this Section b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Clean-up k. Cleaning 1. Testing 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIIISOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 3331 15.2-2 STAINLESS STEEL PIPE FOR GAS MAINS 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. 1331.8, Gas Transmission and Distribution Piping Systems b. B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24. c. B 16.11 - Forged Fittings, Socket -Welded and Threaded. d. 1331.3 - Process Piping. e. B36.19 - Stainless Steel Pipe, f. ASME Boiler and Pressure Vessel Code, Section VIII —Pressure Vessels, g.=1............... ASMEection IX Welding and 3. 6, , a; Dl.l Structural Weldln —Steel �_--� b. D L , - Structural Wel ing�oc�e — Brazing Qualifications Stainless Steel 4. ASTM International (ASTM): a. A182 -Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High -Temperature Service b. A193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. c. At94 - Standard Specification for Carbon and Alloy Steel Nuts and Bolts for High Pressure or High Temperature Service, or Roth. d. A240 - Standard Specification for Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. e. A276 - Standard Specification for Stainless Steel Bars and Shapes. f. A312 - Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes g. A351 - Standard Specification for Castings, Austenitic, for Pressure -Containing Parts. h. A380 - Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. i. A403 - Standard Specification for Wrought Austenitic Stainless Steel Piping Fittings. j. A743 - Standard Specification for Castings, Iron -Chromium, Iron -Chromium - Nickel, Corrosion Resistant, for General Application. k. A790 - Standard Specification for Seamless and Welded Ferritic/Austenitic Stainless Steel Pipe. 1. A928 - Standard Specification for Ferritic/Austenitic (Duplex) Stainless Steel Pipe Electric Fusion Welded with Addition of Filler Metal. m. A967 - Standard Specification for Chemical Passivation Treatments for Stainless Steel Parts. n. B912 - Standard Specification for Passivation of Stainless Steels Using Electropolishing. o. F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 5. International Organization for Standardization (ISO): a. ISO 9001, Quality Management Systems — Requirements CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO. 103011 ADDENDUM NO. 4 3331 15.2 - 3 STAINLESS STEEL PIPE FOR GAS MAINS 6. American Petroleum Institute (API): tbAPISte ficatifn]I04—Welding�Pi nes and Related Facilities 1 7. Occupational Safety and Health Administration (OSHA) a. Title 49 Code of Federal Regulations Part 192, Transportation of Natural and Other Gas by Pipeline: Minimum Federal Safety Standards 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1,6 ACTION SUBMITTALSANFORMATION SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured) 3. Nominal Diameter 4. Pressure Rating 5. Beam load 6. Laying Iengths 7. Material list naming each product to be used identified by manufacturer and type number 8. Material designations for stainless steel pipe and fittings including ASTM designation. B. Shop Drawings l . Detailed layout drawings: a. Dimensions and alignment of pipes. b. Location of valves, fittings, and appurtenances. c. Location of field joints. d. Location of pipe hangars and supports. e. Connections to equipment and structures. f. Location and details of shop welds. 2. Thickness and dimensions of fittings and gaskets. 3. Tolerances 4. Wall thickness 5. Photographs, drawings, and descriptions of pipe, fittings, welding procedures, and pickling and passivating procedures. 6. Material specifications for pipe, gaskets, fittings, and couplings. 7. Data on joint types and components used in the system including stub ends, backing flanges, flanged joints, grooved joint couplings and screwed joints. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO. 4 3331 15.2 - 4 STAINLESS STEEL PIPE FOR GAS MAINS 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 a single manufacturer for each size, unless otherwise specified by 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 this specification and ASTM . . . . . . . . . . . . . . . . . , 2. Contractor a. All stainless steel gas pipe installation work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing stainless steel/steel gas pipe installation work and has completed at least 5 projects of similar diameter and ground conditions. 1) Pipe welding must be performed by a qualified welder in accordance with AWS Section D1.6 and/ or ASME Section IX. : b. Performing 10, 000 feet or more of stainless steeU steel gas main replacement using open cut or by other than opera cut methods in the United States of America over the past, f "ive (5) years. c. The work experience must have been performed under Contractor's or Sub - Contractor's company name. d. Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. e. The project superintendent shall have at least 5 years of experience : supervising Stainless Steellsteel gas main construction. f. The Contractor may be required to submit details of referenced project including owner's name, contact information andproject superintendent. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. a. Protect all flanges and pipe ends by encapsulating in dense foam. b. Securely strap all elements to pallets with nylon straps. Use of metallic straps is prohibited. B. Storage and Handling Requirements 1. Pressure pipe 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 Section 01 66 00. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO. 103011 ADDENDUM NO. 4 3331 15.2 - 5 STAINLESS STEEL PIPE FOR GAS MAINS 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. STAINLESS STEEL PIPE 1. General: a. Pipe sizes specified in the Specifications and indicated on the Drawings are nominal. 2. Wall thickness: a. Piping 3 inches in nominal diameter and greater: 1) For general applications with pressures less than 250 pounds per square inch gauge, pipe diameter 24-inches or less, minimum wall thickness corresponding to Schedule IOS. b. Piping less than 3 inches in nominal diameter. 1) Minimum wall thickness corresponding to Schedule SOS. c. Piping with threaded or grooved joints: 1) For general service applications with pressures less than 250 pounds per square inch gauge, minimum wall thickness corresponding to Schedule SOS. d. The manufacturer must comply with this Specification and related Sections. B. Materials 1. Stainless steel pipe: a. Stainless steel grade: 304L shall conform to ASTM A312 unless otherwise specified in the Drawings. 2. Fittings a. Materials: In accordance with ASTM A403 stainless steel, grade to match the pipe. b. Manufacturing standard: In accordance with ASTM A743. c. Wall thickness of fitting: In accordance with ASME B36.19 for the schedule of pipe specified. d. Dimensional standards: 1) Fittings with weld ends: In accordance with ASME B 16.9. 2) Fittings with flanged ends: In accordance with ASME B 16.5, Class 150. 3. Piping joints: a. Joint types, piping greater than 2 inches in diameter: a) Welded joints b) Flanged joints 2) Joints at valves and pipe appurtenances: a) Provide flanged valves and flanged pipe appurtenances in stainless steel piping systems with flanged ends. 3) Joints for above ground piping: a) Welded or flanged 4) Joints for buried piping: a) Welded CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 3331 15.2-6 STAINLESS STEEL PIPE FOR GAS MAINS b. Joints in piping 2 inches in diameter and smaller: Flanged, welded or as indicated in the Drawings. e. Welded joints: 1) All stainless steel pipe welds will be X-rayed prior to being installed. 2) Pipe 12 inches and larger in diameter: Automatically weld joints using gas tungsten -arc procedures. 3) Piping 4 inches through 12 inches in diameter: Double butt -welded joints. 4) Piping less than 4 inches in diameter: Single butt -welded joints. 5) Mark each weld with a symbol that identifies the welder. d. Flanged Joints: 1) Flanged joints: Conforming to the requirements in accordance with ASME B16.5, Class 150, as indicated in the drawings. 2) Process piping sized 3 inches and larger shall use weld neck flanges. 3) Process piping sized 2 inches shall use either weld neck flanges or threaded fittings. 4) Slip-on flanges shall not be used without approval. 5) Flanges of ANSI pressure class 400 shall not be used except when necessary to connect to equipment. 6) Standard flange facing shall be Raised Face (RF) for ANSI class 600 and lower, and Ring Type Joint (RTJ) for ANSI Class 900 and higher. Special flange facings shall be used for API 6A flanges. With approval, raised face flanges may be used in higher pressure services when required to mate to existing equipment, or in cases such as compact valve manifolds or parallel meter runs where there is insufficient flexibility to allow flanges to be separated enough to remove RTJ gaskets. When mating of an RTJ flange to a RF flange cannot be avoided, the gasket shall be a Pikotek@ gasket specifically approved for the mis-match combination. 7) Steel flanges which mate with equipment having cast iron, ductile iron, or plastic flanges shall be flat faced flanges. Full face gaskets shall be used with all flat faced flanges. 8) Reducing flanges shall not be used if space is available for pipe reducers or reducing elbows. 9) Special bolted connectors such as "Grayloc", may be used with approval when appreciable savings of space, weight or ease of disassembly are of an advantage. Pressure rating shall be per manufacturers specifications. e. Reducers 1) Eccentric reducers (straight side up) shall be used in pump suction connections. Eccentric reducers (straight side down) shall be used in compressor suction connections. 2) Reducing fitting thickness shall match heavier pipe wall thickness, If the fitting thickness differs from the lighter pipe wall thickness by more than 1/16 inch, then the fitting shall be taper bored at an angle between 18 degrees minimum (1:3 slope) and 30 degrees maximum to correct the difference to no more than 1/16 inch. Elbows 1) Buttweld 90' elbows shall be long radius elbows unless restricted by space. Short radius elbows may be used if needed and approved. Short radius elbows shall be derated to 80 percent of the calculated allowable working pressure of seamless pipe of the same size and nominal wall thickness and the same or equivalent material. Miter elbows shall not be used. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOS OLIDS DRYING FACILITY CITY PROJECT NO, 103011 ADDENDUM NO.4 3331 15.2 - 7 STAINLESS STEEL PIPE FOR GAS MAINS 2) Buttweld tees with weld caps shall be used in place of elbows for severely erosive services. Tees with caps or long radius elbows may be used in mildly erosive services. g. Branch Connections 1) Fabricated "Stub in" or "Stub -on" connections are not permitted. 2) "Elbolets" shall be restricted to connections for thermowells. "Elbolets" may be used for drains and vents when no other fittings are practical. They shall not be used for branch process piping. 3) Branch connections for valves, gauges, thermowells, instrument bridles, level indicators, etc. on thermally insulated main pipe runs shall extend through the pipe insulation a sufficient distance so that valves can be operated and equipment can be dismantled for maintenance without removing the insulation on the main pipe run. 4) All branch connections for instrument air or instrument gas lines shall be taken off the top of the header. Instrument air and gas headers shall be equipped with valved low point drains which are easily accessible h. Couplings: 1) Type 304L stainless steel in accordance with ASTM A351, A743, and A744. a) Bolts: Stainless steel in accordance with ASTM F593, Group 2, Condition CW. b) Nuts: Stainless steel. c) Manufacturers: The following or approved equal: ( 1) Piedmont Pacific Corporation. i. Piping Layout 1) Piping shall be laid out so that equipment such as control valves, relief valves, start-up strainers, pump casings, etc., can be removed with a minimum amount of dismantling and without providing additional supports. Access to manholes and access openings shall not be obstructed. 2) A sufficient number of flanges or unions shall be provided in all piping to allow removal of valves and equipment for maintenance. 3) When isolating block valves are provided for control valves or other pieces of equipment, piping spools shall be provided to permit removing piping between isolating block valves. Drain and vent valves shall be provided to relieve fluids trapped between isolating valves. 4) Spectacle blinds or removable piping spools shall be provided at all piping connections to all vessels and tanks which have provisions for personnel entry. 5) Piping systems shall be laid out so that all valves, strainers, and instruments can be operated and serviced conveniently. When possible, valves shall be accessible at grade level. Ladders or platforms shall be provided for valves or equipment which cannot be reached from grade level. Chain mechanisms for valves shall not be used without city approval. Sight glasses must be visible from associated level controller, level switches and control valves. 6) Piping shall be located to eliminate overhead obstructions and tripping hazards. Minimum clear headroom for overhead piping shall be T-0". Piping supports, valve stems, valve handles, etc., shall be located so they do not obstruct aisles or interfere with operation and maintenance areas. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO. 4 3331 15.2 - 8 STAINLESS STEEL PIPE FOR GAS MAINS 7) Piping shall be laid out parallel or perpendicular to facility North to maximum extent feasible. All uninsulated lines shall be located so that the bottom of pipe (B.O.P.) or top of pipe (T.O.P.) are at the same elevation. All principal lines running from north to south shall have a minimum difference in elevation from lines running east to west of at least 3 times the largest nominal pipe size, and in no case less than 2 feet difference in elevation. See . Insulated lines shall have the pipe support shoes at the B.O.P. or T.O.P. of the uninsulated lines at that level. 8) All piping on pipe racks shall be routed to avoid blocking access for future additions, modifications, or repair. Piping on pipe racks shall change elevation at each change in direction, using a 90' elbow in each vertical plane concurrent with each pipe direction. Individual piping coming into (or out of) a main pipe rack shall enter (or leave) perpendicular to the pipe rack direction using two 90' elbows to place the line at an elevation above or below the main pipe rack elevation. 9) Dead legs for supporting pipe shall be avoided on all piping. 10) The tie-in points on packaged equipment shall be brought to the edge of the skid and terminate with unions or flanges unless the city provides instructions for other arrangements. Where extending to the skid edge is not reasonable or practical, the Vendor shall consult with the city project manager for approval of exceptions. 11) Emergency shutdown valves 6 inches and larger shall be accessible from grade level and shall be Iocated in accessible areas away from equipment, such that operator can get to them in emergencies such as a fire or gas release. Valves 6 inches and larger shall be mounted in horizontal plane. 12) Valves in dirty service shall not be located in vertical runs of piping without approval. 13) All crude oil, liquid wastes, vessel drains, closed hydrocarbon drains, produced water, and sump lines shall be considered dirty service. 14) Sample, vent, and drain valves shall be located at convenient locations for operation. 1 S) Drain and vent connections as required for testing, maintenance and operation shall be provided on piping. As a minimum, lines shall have vent connections at high points and shall have drain connections at law points. Ball valves are preferred for vent and drain valves in ANSI Class 600 and lower. Gate valves are required in ANSI Class 900 and higher or for temperatures over 250T. Vent valves shall be 1/2 inch and drain valves shall be 1 inch. 16) Drain valves on tanks and pressure vessels shall be adjacent to the vessel when possible. All open ended valves and all drains and vents not connected to drain and vent systems shall be equipped with removable hex head forged steel plugs or blind flanges. When blind flanges are used to close open ended valves, they shall be drilled, tapped, and equipped with a 1/2 inch needle valve. 17) Pressure drain systems shall be closed systems. Closed drain systems shall be completely independent from the open drain system. 18) Drain lines shall be sloped at 1/4 inch per foot when possible. Branch lines which are used intermittently (such as vessel drains) shall enter drain headers from above the center line of the drain header to prevent liquids from standing in the branch lines. Drain lines shall be 2 inches minimum unless otherwise approved. CITY OF FORT WORTH Revised April4, 2023 VCwRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 3331 15.2 - 9 STAINLESS STEEL PIPE FOR GAS MAINS 19) Cleanouts for drain systems shall be of sufficient number for proper maintenance and shall be located for convenient access and repair. 20) Drains on packaged equipment skids shall extend a sufficient distance through the wall of the skid beam to make connections to off -skid piping. j. Fabrication of pipe sections: 1) Welding: Weld in accordance with ASME B31.3. 2) Weld seams: a) Full penetration welds, free of oxidation, crevices, pits and cracks, and without undercuts. b) Provide weld crowns of 1/16 inch with tolerance of plus 1/16 inch and minus 1/32 inch. c) Where internal weld seams are not accessible, use gas tungsten -arc procedures with internal gas purge. d) Where internal weld seams are accessible, weld seams inside and outside using manual shielded metal -arc procedures. k. Pipe Support and Piping Flexibility (above -grade pipe) 1) Piping shall be supported on racks or by swivel hangers spaced as necessary to prevent excessive sagging, mechanical stresses or vibrations, with consideration given to concentrated loads such as valves, flanges and relief valve reaction forces. Unless specified otherwise, the maximum piping span shall be limited to allow a maximum pipe sag of 1/a". Where potential for corrosion exists due to buildup of liquids in pockets, a combination of sag and gradient shall be selected to avoid such build up. In any case, the sum of longitudinal stresses due to pressure, weight and other sustained loadings shall not exceed the basic allowable stress at maximum metal temperature. For straight runs of uninsulated pipe filled with water and without concentrated loads, the following table shows support spacings which will result in approximately 1 /8" and I/a" sag. Note: the sag in this table is based upon a continuous run of pipe including several equally spaced supports. For an individual length of pipe supported using the same spacing but not connected in such a continuous configuration, sag may exceed that shown in the table and closer spacing should be considered. Nominal Schedule Support Support Pipe Size or Wall Spacing (Feet) Spacing (Feet) (inches) Thickness @ 1/8" Sag @ 1/4" Sag 1 Sch 80 13 16 1 1/2 Sch 80 16 19 2 Sch 80 18 21 3 Sch 80 22 26 4 Sch 80 25 29 6 Sch 80 30 35 8 Sch 80 34 40 10 1/2" 37 44 12 1/2" 40 47 14 1/2" 41 49 16 1/2" 44 52 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO. 10301 l ADDENDUM NO.4 33 31 15.2 - la STAINLESS STEEL PIPE FOR GAS MAINS 2) Supports shall be provided on one side of each bend and at all heavy weights and at piping discontinuities. 3) Preferably, piping on racks shall be laid on top of supports and held in position with U-bolt clamps to anchor the pipe or to permit longitudinal motion. Steel slip shoes and guides shall be used if sideways motion is required. Use strap type clamps in potentially vibrating service. 4) Piping and pipe support structures shall be designed for the most severe condition of coincident loads. The following are the types of loads which must be considered: a) Dead Load: The dead load shall consist of the weight of the pipe, pipe fittings, attachments and components, and 'insulation. b) Process Load: Gravity load from the weight of the operating contents of the pipe. Longitudinal stress in the pipe due to the operating pressure. c) Thermal Load: The stress or growth due to the change in temperature from ambient condition (or installation temperature) to the operating temperature. d) Momentum Load: The momentum load shall include the reaction forces due to the change in momentum in surge and slug flow, and the reaction due to the opening of relief valves or snap -acting control valves. e) Friction Load: The friction load due to movement of piping on pipe supports shall be calculated based on a friction coefficient of 0.4 for steel on steel. The friction coefficient for Teflon or other slide supports shall be based on the manufacturer's data, with proper engineering judgment. f) Wind Load: Piping and pipe supports shall be designed to support windloads as specified for the particular location. All skids shall be assumed to be exposed to the windload. g) Test Load: Gravity load from the weight of the testing medium in the pipe. Longitudinal stress in the pipe due to the testing pressure. h) The piping shall be designed for earthquake -induced forces when specified for the particular location. i)Pulsation Load: The piping system shall be designed to limit the maximum residual peak -to -peak pulsation pressure to 2% of the average absolute pressure. 5) The piping shall be designed so that forces and movements transmitted to equipment by weight, misalignment, or thermal expansion shall not exceed the manufacturer's limits for the equipment from ambient to operating temperatures. 5) Pipe support structures may be combined with support structures for other services such as instrumentation lines and electrical conduit to promote an orderly layout. Relief Device Piping 1) This section is in reference to conventional spring and pilot operated relief valves and to rupture disks. It is not intended for surge relief devices. 2) Inlet piping to relief devices shall be kept to a minimum and shall be no smaller than relief device inlet size. Inlet losses shall not exceed 3% of set pressure. Any block valves in inlet piping shall be full port (or at least one pipe size larger than the inlet of the relief device), and shall have provisions for pad -locking in both the open and closed position. CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDPrIONAL, GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 11 STAINLESS STEEL PIPE FOR GAS MAINS 3) Relief valves, vented to the atmosphere, shall have "tail pipes" equal to or larger in diameter than the relief valve outlet, that extend vertically a minimum of one foot above building eaves, or eight feet above adjacent platforms or operating areas. The tail pipes shall be provided with a drain located so that the exhaust through the drain hole does not impinge on vessels, piping, other equipment, or personnel. Relief valves mounted on piping shall be oriented such that the valve discharge is parallel to the main piping direction. Tail pipes shall be supported under the discharge elbow and in -line with the discharge jet. The support attachment to the run pipe shall be designed to allow for thermal expansion (or contraction) during relief valve discharge. 4) For relief devices not vented to the atmosphere, outlet piping and any valves in the outlet piping shall be sized for the full capacity of the relief device. The size shall be increased downstream of relief valves if necessary to avoid sonic velocities in the downstream piping which will limit the flow through the relief valve. Any block valves in outlet piping shall be full port (or at least one pipe size larger than the outlet of the relief device) and shall have provisions for pad -locking in both the open and closed position. 5) The pressure rating of the piping, valves, and flanges downstream of any pressure relief device, with or without downstream block valves, shall be determined based on pressure drop prediction while the pressure relief device is fully open. Under certain circumstances where the consequences of even a minor flange leak would be severe, such as a location with limited ventilation, or a location with limited means for personnel escape, a higher pressure rating for the outlet flange and piping may be required. b) Flare system piping shall be designed, anchored and guided to resist the forward, lateral and upward dynamic forces developed at bends due to high - velocity vapors and condensed liquids as well as to accommodate sudden thermal expansion or contraction. The design values for forces to be restrained shall be calculated; however, the forces tabulated below can be taken as a guide: Resultant Pipe Size (in.) Force (tans) 4 0.75 6 1.5 8 2.5 10 4.0 13 6.0 14 7.0 16 10.0 18 12.0 20 15.0 24 and above 15.0 CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 12 STAINLESS STEEL PIPE FOR GAS MAINS 7) Supporting members subject to stresses produced by the forces described above, in combination with other loads, may be proportioned such that the sum of the longitudinal stresses produced by pressure, line and dead loads and those produced by occasional loads does not exceed 80% of the specified minimum yield strength. 8) Discharge lines from relief devices shall slope so any liquids which may accumulate will drain away from the relief devices, when possible. Relief valve vents, blow down lines, etc., shall enter vent headers from above the center line of the header. 9) Relief valves and relief valve piping shall be designed and installed in accordance with API RP 520. In addition: a) The inlet piping shall be reinforced with gusset plates on the main header when the calculation of reaction forces and stresses indicates it to be necessary. b) Orient line -mounted valves to discharge in a direction parallel to the line upon which they are mounted to minimize the twisting moment acting on the main line. c) Discharge piping shall be supported separately, so that it does not rely on the relief valve outlet connection to support the discharge piping. In. Cleaning (pickling) and passivation: 1) Following shop fabrication of pipe sections, straight spools, fittings, and other piping components, clean (pickle) and passivate fabricated pieces. 2) Clean (pickle) and passivate in accordance with ASTM A380 or A957. a) If degreasing is required before cleaning to remove scale or iron oxide, cleaning (pickling) treatments with citric acid are permissible. (1) These treatments must be followed by inorganic cleaners such as nitric acid/hydrofluoric acid. b) Passivation treatments with citric acid are not allowed. 3) Finish requirements: Remove free iron, heat tint oxides, weld scale, and other impurities, and obtain a passive finished surface. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. General 1. VisuaIly inspect pipe for welding defects such as crevices, pits, cracks, protrusions, and oxidation deposits. Size pipe and fittings as indicated on the Drawings. 2. Thoroughly clean any equipment before use in cleaning or fabrication of stainless steel. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install piping in such a manner as not to impart strain to connected equipment and as indicated on the Drawings. 2. If applicable excavate and backfiIl trenches in accordance with Section 33 05 10 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised April 4, 2023 CITY PROJECT NO. 103011 ADDENDUM NO, 4 33 31 15.2 - 13 STAINLESS STEEL PIPE FOR GAS MAINS 3. Install pipe and fittings as specified herein, and in accordance with the pipe manufacturer's recommendations. 4. Keep the interior of all pipes, fittings, and other accessories free from dirt and foreign matter at all times. Stack stockpiled materials so as to minimize entrance of foreign matter. Seal open piping with an approved manufacturer end cap at the end of each work day. No open pipe ends will be allowed at the end of the day. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. During loading, transportation, and unloading, every precaution shall be taken to prevent injury to the pipe. No pipe shall be dropped from cars or trucks, or allowed to roll down slides without proper restraining ropes. During transportation each pipe shall rest on suitable pads, strips, skids, or blocks securely wedged or tied in place. Do not use bare cables, chains, hooks, metal bars, or narrow skids. Any pipe damaged shall be replaced. 3. Store pipe on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with manufacturer's recommendations. Storage in contact with ground or outside without projection from bad weather is prohibited. 4. During handling and placement, carefully observe and inspect all materials, and mark, reject, and remove from the job site any damaged, defective, or unsound materials. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 REINSTALLATION [NOT USED] 3.7 CLEANING A. Clean interior of piping systems thoroughly before installing. B. Maintain pipe in clean condition during installation. C. Before jointing piping, thoroughly clean and wipe joint contact surfaces and then properly dress and make joint. D. Immediately prior to pressure testing, clean and remove grease, metal cuttings, dirt, or other foreign materials which may have entered the system. E. At completion of work and prior to final acceptance, thoroughly clean work installed under these Specifications. 1. Clean equipment, fixtures, pipe, valves, and fittings of grease, metal cuttings, and sludge which may have accumulated by operation of system, from testing, or from other causes. 3.8 FIELD [m] SITE QUALITY CONTROL A. Testing and Inspections Pressure Test: a. All exposed piping systems, all pressure piping systems and all buried, insulated piping systems shall the specified test pressure throughout the duration of the test. b. Test Requirements 1) Test Medium: Air or inert gas CITY OF FORT WORTH Revises! April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 33 31 15.2 - 14 STAINLESS STEEL PIPE FOR GAS MAINS 2) Pressure: a) Min.: 150 psig h) Max.: 175 psig 3) Duration: 8 hours c. Testing Methodology 1) Perform test in accordance with ASME B31.8S. 2) All joints, including welds, are to be left exposed for examination during the test. 3) Test by filling system with water and pressurizing for the specified duration, and checking joints and fittings for leaks. Eliminate leaks before proceeding with work or concealing piping. 4) Isolate equipment in piping system with rated pressure lower than pipe test pressure. END OF SECTION CITY OF FORT WORTH Revised April 4, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 ADDENDUM NO.4 34 71 13 -1 TRAFFIC CONTROL Page l of 6 1 SECTION 34 71 13 2 TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 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 4l 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post -construction CITY Or FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 3471 13 -2 TRAFFIC CONTROL Page 2 of 6 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) 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 1) Preparing the Traffic Control Plan Details for closures of 24 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 >FtE.F'EJ2ENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification 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 adate is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD), 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADWNISTRATIVE 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 Division (817-392-7738) a minimum of48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 C. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBARTTALS 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only flaggers 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 Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. CITY OF FORT WORTI-E VCWRF ADDI,rIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 1 2 3 4 5 6 7 8 9 10 3471 13 -3 TRAFFIC CONTROL Page 3 of 6 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as an alternative to preparing project/site speck traffic control plan if the typical is applicable to the specific project/site. E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. 11 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USLD] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 20 2.2 ASSEMBLIES AND MATERIALS 21 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 Device List (CWZTCDL). 26 2. Materials 27 a. Traffic Control Devices must meet allreflectivity requirements included in the 28 TMUTCD and TxDOT Specifications — Item 502 at all times during 29 construction. 30 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 34 71 13 -4 TRAFFIC CONTROL, Page 4of6 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXANUNATION [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. I 1 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 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic 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 retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractorhas failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, or other precautionary measures forthe protection of persons or property), the 23 Inspector may order such additional precautionary measures betaken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall 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 1. 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 of construction 35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 3471 13 -5 TRAFFIC CONTROL Page 5of6 1 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 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, 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 as shown on the Drawings or as directed by the Engineer. 20 a. These 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 work -zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD loa] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 CITY OF PORT WORPI-I VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 103011 3471 13 -6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold 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 traffic. 3/22/2021 M Oren 1.5 Clarified submittal requirements 3.3 M. Clarified removal requirements CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised March 22, 2021 CITY PROJECT NO. 10301 40 61 00 - l INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 1 of 14 SECTION 40 6100 INSTRUMENTATION AND CONTROLS - GENERAL PROVISIONS PART 1 - GENERAL 1.1 SCOPE OF WORD A, The General Contractor, also known as the "Contractor", shalI be responsible for all work and shall provide the services of a Process Control Systems Integrator (PCSI), as a first -tier subcontractor who shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all instrumentation hardware specified within this Division B. All Software configuration and programming for the existing Emersion Distribution Control System (DCS) and Data Collection Unit (DCU) shall be provided by the City of Fort Worth herein identified as the Application Services Provider (ASP). C. PCSI/ASP Sub Contractor shall be responsible for the of pulling and landing all the new Input/output signals for existing RTU-17, and existing PLC-810. Also, the PCSI/ASP shall be responsible for modifying the PLC-1310 and. OIT programs, to satisfy all the new addition under this project. D. The manufacturer of the Drying Facility and Andritz equipment shall be responsible of the modification on their PLC and OIT programs to accommodate all the changes under this project. E. The Contractor is advised that this facility is currently in operation which will continue to be in operation throughout the execution of this Contract. The Contractor shall schedule and conduct all work so as to minimize interference with system operation and maintenance. The Contractor shall develop and submit for review a detailed system startup plan that illustrate thestrategy to be used for minimizing disruption to operation during system installation, cutover, and startup F. Contractors Scope of Work: All materials, equipment, labor, and services required to achieve a fully integrated and operational Process Control System (PCS) coordinated with the ASP shall be provided. The Contractor shall coordinate the PCS for proper operation with related equipment and materials furnished under other Sections of these specifications. Contractor's scope shall include but not be limited to: 1. Provide overall coordination, installation, and supervision for the PCS. 2. Lead all meetings as directed by the specification. 3. Provide coordination and cooperation with ASP programmers. 4. Provide design, installation, configuration, calibration, and integration of the PCS and associated sub-systems/Control Panels as shown on the contract documents. 5. Perform field -wiring terminations associated with new 1/0, controllers, sub -panels, control devices, rewiring of existing 1/0. The Contractor shall provide all conduit and wiring between field devices and enclosures provided under other divisions. 6. The Owner shall retain salvage rights to all materials and equipment removed in the course of this work. All materials and equipment retained by the Owner shall be delivered to a plant site location designated by the Owner. Any material or equivalent not retained by the Owner shall be removed from the site and disposed of by the contractor in accordance with applicable regulations and Iaws. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406I00-2 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 2 of 14 7. 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. 8. The Contractor shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, the Contractor shall obtain approval from Owner/Engineer. 9. Provide all instrumentation work associated with the relocation of equipment from the existing facility to the new facility, including disconnecting all existing wiring and conduits and terminating, calibrating and placing into service any relocated equipment. 10. Coordinate the sequence of demolition with the sequence of construction to maintain operation in each area. Remove and demolish equipment and materials in such a sequence that the existing control system will function properly with no disruption of operation. 11. PCSI/ASP Sub Contractor shall be responsible for the of pulling and landing all the new Input/output signals for existing RTU-17, and existing PLC-BIO. Also, the PCSIIASP shall be responsible for modifying the PLC-BIO and OIT programs, to satisfy all the new addition under this project. 12. The wiring work shall include the following: a. Logging and documenting all the existing signal terminations with its tag and ERN information, before start to do any work in these RTU's. b. Disconnection and removal of signal wires as specified in contract document. c. Provide new wiring and reconnect the signals for the new equipment as specified in contract document. 13. Testing and commissioning of the re -connected signals and new signals as specified in section 40 6121 Process Control System Testing. G. All Software configuration and programming related and for the existing Emersion Distribution Control System (DCS) and Data Collection Unit (DCU) shall be provided by the City of Fort Worth, Process Control Systems Department. H. The manufacturer of the Drying Facility and Andritz equipment shall be responsible of the modification on their PLC and OIT programs to accommodate all the changes under this project. 1.2 RELATED WORK A. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or work as may be required in those references, and include such information or work as may be specified. B. All Instrumentation work related to Process and Mechanical Divisions equipment that is shown on the Instrumentation Drawings shall be provided under Division 40 Instrumentation Sections. C. All instrumentation Equipment and work provided under any other Divisions of the Specifications shall fully comply with the requirements of Division 40 Instrumentations Sections. D. Related Sections 1. Section 40 6121 Process Control System Testing CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406100-3 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 3 of 14 2. Section 40 78 00 Panel Mounted Control Devices. 3. Other control equipment specified under other division. 1.3 SUBMITTALS A. General Submittal Requirements: 1. Shop drawings shall be submitted as detailed herein. Shop drawings shall demonstrate that the equipment and services to be furnished comply with the provisions of these specifications and shall provide a complete record of the equipment as manufactured, delivered, installed and placed in service. 2. Submittals shall be complete and shall give equipment specifications, details of connections, wiring, ranges, installation requirements, and specific dimensions. Submittals consisting of only general sales literature shall not be acceptable. 3. Submittals shall be bound in separate three-ring binders, with an index and sectional dividers, and with all included drawings reduced to a maximum size of 11-inches by 17-inches, then folded to 8.5-inches by 11-inches for inclusion inside the binder. Maximum binder thickness shall be 3 inches. 4. The shop drawings title block shall include, as a minimum, contractor registered business name and address, Owner and project name, drawing name, revision level, and shall identify personnel responsible for the content of the drawing. 5. Incomplete or partial submittals not complying with the submittal requirements outlined in this Section will be returned without review. 6. At a minimum, the following separate submittals as listed in the table below shall be submitted: Submittal Submittal Title Location/Governing index Specifications 1 O&M Manual Outline 4061 00 2 Panel Layout Drawings, Wiring 4061 00 Diagrams and Loop Diagrams 40 78 00 3 Commissioning/Startup and Testing 40 61 21 Plan 4 Final Documentation 40 61 00 B. Hardware and Software Packages l . For each hardware component indicated below, submit a cover page that lists, at a minimum, date, specification number, product name, manufacturer, model number, Location(s), and power required. Preferred format for the cover page is ISA S20, general data sheet; however, other formats will be acceptable provided they contain all required information. 2. Catalog cuts for power supplies, and all other hardware being provided. Submit descriptive literature for each hardware component, which fully describes the units being provided. C. Panel/Sub-panel Layout Drawings, Wiring Diagrams and Loop Wiring Diagrams Submittal CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 61 00 - 4 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 4 of 14 1, The Contractor shall provide within shop drawings, complete wiring diagrams showing all wiring connections in the I/O system. This includes but is not limited to terminal block numbering, relay contact information, instruments, equipment, and control panel names. These drawings will be included in the Final Documentation submittal. Leaving this information blank on the Final Documentation drawings is not acceptable. 2. Panel/Sub-Panel Layout Drawings: Drawings shall be furnished for all panels, consoles, and equipment enclosures specified. Panel assembly and elevation drawings shall be drawn to scale and detail all equipment in or on the panel. Panel drawings shall be 11 "x 17" minimum in size. As a minimum, the panel drawings shall include the following: a. Interior and exterior panel elevation drawings to scale b. Nameplate schedule c. Conduit access locations d. Panel construction details e. Include Panel/sub-panel/module assembly and layout drawings shown drawn to scale. The assembly drawing shall include a bill of material on the drawing with each panel component clearly defined. The bill of material shall be cross- referenced to the assembly drawing so that a non -technical person can readily identify any component of the assembly by manufacturer and model number. f. Fabrication and painting specifications including color (or color samples) g. Submit construction details, NEMA ratings, intrinsically safe barrier information, gas sealing recommendations, purging system details, etc. for panels located in hazardous locations or interfacing to equipment located in hazardous areas. h. Heating and cooling calculations for each panel supplied indicating conformance with cooling requirements of the supplied equipment and environmental conditions. Calculations shall include the recommended type of equipment required for both heating and cooling. i. Submit evidence that all control panels shall be constructed in conformance with UL 508 and bear the UL seal confirming the construction. Specify if UL compliance and seal application shall be accomplished at the fabrication location or by field inspection by UL inspectors. All costs associated with obtaining the UL seal and any inspections shall be borne by the Contractor and included in the Project Bid Price. 3. Panel/sub-panel Wiring Diagrams: Panel wiring diagrams depicting wiring within and on the panel as well as connections to external devices. Equipment external to the control panel and related external connections do not need to be shown on the Panel Wiring Diagrams. Panel wiring diagrams shall include power and signal connections, UPS and normal power sources, all panel ancillary equipment, protective devices, wiring and wire numbers, and terminal blocks and numbering. Field device wiring shall include the device ISA-tag and a unique numeric identifier. The diagrams shall identify all device terminal points that the system connects to, including terminal points where I/O wiring lands on equipment not supplied by the Contractor. Wiring labeling used on the drawings shall match that shown on the Contract Documents or as developed by the Contractor and approved by the Engineer. Submit final wire numbering scheme. Panel drawings shall be 11" x17" minimum in size. CITY OF FORT WORTI-3 VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER2022 CITY PROJECT NO. 103011 4061 00-5 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 5 of 14 4. ISA Loop Wiring Diagrams: Detailed ISA loop wiring diagrams showing requirements for each loop which is shown on the contract drawings. The Loop Drawings shall be prepared in accordance with ISA Standard S5.4 latest edition with the layout following Figures 5 and 6 (shown in the S5.4 Standard), titled Minimum Required Items Plus Optional items". Loop drawings shall be 1 l "xl7" minimum in size. The information required on the Loop Drawings in order to satisfy the "minimum" and "optional" requirements is as follows: a. Minimum Required Items — The following information shall be provided on Loop Drawings in order to meet this requirement: 1) Identification of the loop and loop components shown on the P&IDs. Other principal components of the loop to be shown and identified under ISA-5. 1, "Instrumentation Symbols and Identification" 2) Word description of loop functions within the title. If not adequate, use a supplemental note. Identify any special features or functions of shutdown and safety circuits. 3) Indication of the interrelation to other instrumentation loops, including overrides, interlocks, cascaded set points, shutdowns and safety circuits. 4) All point-to-point interconnections with identifying numbers or colors of electrical cables and conductors. This identification of interconnections includes junction boxes, terminals, bulkheads, ports, and grounding connections. 5) General location of devices such as field, panel, auxiliary equipment, rack, termination cabinet, cable spreading room, IIO cabinet, etc. 6) Energy sources of devices, such as electrical power, air supply, and hydraulic fluid supply. Identify voltage, pressure, and other applicable requirements. For electrical sources, identify circuit or disconnect numbers. 7) Process lines and equipment sufficient to describe the process side of the loop and provide clarity of control action. Include what is being measured and what is being controlled. 8) Actions or fail-safe positions (electronic, pneumatic, or both) of control devices such as controllers, switches, control valves, solenoid valves, and transmitters (if reverse- acting). These are to be identified in accordance with ISA-5. 1, "Instrumentation Symbols and Identification". 9) References to equipment descriptions, manufacturers, model numbers, hardware types, specifications or data sheets, purchase order numbers. 10) Signal ranges and calibration information, including set point values for switches, and alarm and shutdown devices. D. Commissioning/Startup and Testing Plan 1. Refer to Specification Section 40 6121 Process Control System Testing. E. Final Documentation The Final System Documentation shall consist of operations and maintenance manuals as specified herein. The manuals shall be bound in three-ring binders, maximum size of three inches, with Drawings reduced to 11-inch by 17-inch, then folded to 8.5-inch by 11-inch for inclusion. Each section shall have a uniquely numbered tab divider, and each component within each section shall have a separate binder tab divider. 2. The operations and maintenance manuals shall, at a minimum, contain the following information: a. Table of Contents CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406100-6 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 6 of 14 1) A Table of Contents shall be provided for the entire manual with the specific contents of each volume clearly listed. The complete Table of Contents shall appear in each volume. b, Instrument and Equipment Lists 1) The following lists shall be developed in Excel and provided not only as a hardcopy in O&M but also electronically on a CD/USB flash drive. 2) An instrument list for all devices supplied including tag number, description, specification section and paragraph number, manufacturer, model number, serial number, range, span, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. 3) An equipment list for all non -instrument devices supplied listing description, specification section and paragraph number, manufacturer, model number, serial number, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. c. Data Sheets with Vendor Operations and Maintenance Information 1) ISA S20 data sheets shall be provided for all field instruments. 2) Cover page for each device, piece of equipment, and OEM software that lists, at a minimum, date, specification number, product name, manufacturer, model number, Location(s), and power required. Preferred format for the cover page is ISA S20, general data sheet; however, other formats will be acceptable provided they contain all required information. 3) Final vendor O&M documentation for each device, piece of equipment, or OEM software shall be either new documentation written specifically for this project, or modified standard vendor documentation. All standard vendor documentation furnished shall have all portions that apply clearly indicated with arrows or circles. All portions that do not apply shall be neatly lined out or crossed out. Groups of pages that do not apply at all to the specific model supplied shall be removed. 4) For any component requiring dip switch settings or custom software configuration, that information shall be included along with the corresponding data sheets and O&M information. d. As -Built Drawings 1) Complete As -built Drawings, including all Drawings and diagrams specified in this Section under the "Submittals" paragraph. These Drawings shall include all termination points on all equipment the system in connected to, including terminal points of equipment not supplied by the PCSI. 2) As -built documentation shall include information from submittals, as described in this Specification, updated to reflect the as -built system. Any errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests shall be incorporated in this documentation. e. Electronic O&M Information 1) In addition to the hard copy of O&M data, provide an electronic version of all equipment manuals CD-ROM or DVD or USB Drive. Electronic documents shall be supplied in Adobe Acrobat format. 2) Provide electronic files for all custom -developed manuals. Text shall be supplied in both Microsoft. Office format and Adobe Acrobat format. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406100-7 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 7 of 14 3) Provide electronic files for all drawings produced. Drawings shall be in AutoCAD 2007 ".dwg" format and in Adobe Acrobat format. Drawings shall be provided using the AutoCAD eTransmit feature to bind external references, pen/line styles, and fonts into individual zip files along with the drawing file. The cover and edge of each volume shall contain the following information: a. Project Name (refer to Contract Documents) b. Contract Number (refer to Contract Documents) c. Instrumentation and Control Systems d. Hardware [or Applications Engineering] Operations and Maintenance Manual e. Specification Sections , f. Subcontractor Name g. Date h. Volume X of Y (Where X is the volume number and Y is the number of volumes) 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. National Electrical Manufacturers Association (NEMA) 3. Insulated Cable Engineers Association (ILEA) 4. The International Society of Automation (ISA) 5. Underwriters Laboratories (UL) 6. UL 508, the Standard of Safety for Industrial Control Equipment 7. UL 508A, the Standard of Safety for Industrial Control Panels 8. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 9. Factory Mutual (FM) 10. All equipment and installations shall satisfy applicable 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 shall be brought onsite without the UL label affixed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or 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 higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations, 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 Documents, the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, the Contractor's responsibility to comply with all Laws and Regulations at all times CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406100-8 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 8of14 F. All control panels shall be constructed, and the labeling shall be affixed in a UL 508 facility. 1.5 PROCESS CONTROL SYSTEMS INTEGRATOR (PCSI) A. The Contractor shall provide the services of a pre -approved Process Control Systems Integrator (PC S1) for all work under the instrumentation sections of this and related Divisions, as described in this section and related sections. B. Where shown on the Bid Documents, the Contractor shall name the proposed PCSI. Only approved suppliers, as listed herein, will be accepted. C. Qualifications 1. The PCSI shall be a "systems house," regularly engaged in the design and installation of control and instrumentation systems and their associated subsystems as they apply to the municipal water or wastewater industry. For the purposes of this and other applicable Divisions, a "systems house" shall be interpreted to mean an organization that complies with all the following criteria: 2. Employs a registered professional Control Systems Engineer or EIectrical Engineer in the state of Texas to supervise or perform the work required by this Specification Section. 3. Employs personnel on this project who have successfully completed a manufacturer's training course on the hardware configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. 4. Has been in the wastewater industry performing the type of work specified in this specification section for a minimum of five (5) continuous years. 5. The PCSI shall maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. 6. PCSI shall have an Electrical Contractor's license in the State of Texas. D. The PCSI shall be one of the following: I . Prime Controls 815 Office Park Circle Lewisville, Texas 75057 Attn: Brian Poarch Phone: 972-221-4849 2. Richardson Logic Control 8115 Hicks Hollow McKinney, Texas 75071 Attn: Michael Cunningham Phone: 972-542-7375 3. Walker Industrial 1505 W. Walnut Hill Lane Irving, Texas 75038 Attn: Vance Smith CITY OF FORT WORTI-I VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBFR2022 CITY PROJECT NO. 103011 406100-9 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 9 of 14 Phone: 8 17-540-7777 E. The listing of specific PCS1 organizations above does not imply acceptance of their products and capabilities that do not meet the specified ratings, features, and functions. PCSFs listed above are not relieved from meeting these specifications in their entirety. 1.6 HAZARDOUS AREAS A. Equipment, materials, and installation in areas designated as hazardous on the Drawings shall comply with NEC Articles 500, 501, 502 and 503. B. Equipment and materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. 1.7 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction, B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.8 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.9 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. Complete Record Drawings, including all Drawings and diagrams specified in this Section under the "Submittals" paragraph shall be submitted. These Drawings shall include all termination points on all equipment the control system is connected to, including terminal points of equipment not supplied by the contractor. C. As -built documentation shall include information from submittals, as described in this Specification, updated to reflect the as -built system. Any errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests shall be incorporated into this documentation. 1.10 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.11 MATERIALS AND EQUIPMENT A, Materials and equipment shall be new, except where specifically identified on the Drawings to be re -used. CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVFM13ER 2022 CITY PROJECT NO. 103011 440 G1 00 - 10 INSTRUMENTATION AND CONTROL- GENERAL PROVISIONS Page 10 of 14 B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not submitted and approved for this project. Use of any such material or equipment, will be rejected, removed and replaced by the Contractor, with the approved material and equipment, at his own expense. C. Material and equipment shall be UL listed, where such listing exists, D. The Contractor shall be responsible for all material, product, equipment and workmanship being furnished for the duration of the project. Equipment shall be replaced if it does not meet the requirements of the Contract Documents. 1.12 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Accessories shall be packaged and shipped separately. C. Equipment shall be equipped to be handled by crane. Where cranes are not available, equipment shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. D. Equipment shall be installed in its permanent, finished location shown on the Drawings within seven calendar days of arriving onsite. If the equipment cannot be installed within Seven calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. 1.13 WARRANTIES A. The system warranty shall consist of a full scope in -place warranty. The warranty duration shall be 24 months beyond final acceptance of the entire system. All software and hardware components that are part of the completed system shall be covered by the warranty. The Contractor shall coordinate any warranties provided by third party suppliers. All warranty and maintenance services shall be included in the Contract price. B. Refer to other Sections for supplemental warranty requirements. C. Corrective maintenance 1. The Contractor shall provide the services of factory -trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for 24-month after final acceptance or until expiration of the manufacturer's warranty, whichever period is longer. 2. The Contractor shall provide a 24-hour, 7-day/week-service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the Owner of defective SCADA operation, the Contractor shall have a qualified service representative establish telephone contact with the Owner's maintenance personnel to discuss short-term corrective measures. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 61 00 - 11 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page l I of 14 3. If it is not possible to correct the defective operation as a result of the telephone contact, the Contractor shall have a qualified service representative at the location of the installed SCADA System within 24 hours from initial notification. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the Owner's facilities. 4. Prior to beginning any repair or replacement procedure, the Contractor shall review the corrective action plan with the Owner in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the Owner's facilities. At Owner's option, Owner maintenance personnel may participate in any corrective maintenance procedures. 5. If possible, the service representative shall replace or repair the defective component before leaving the site using spare parts inventory delivered with the system. If spare parts are not available on site, the Contractor shall obtain parts within 48 hrs. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. 6. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the Owner on the day the work is performed. Any spares from the onsite supply of spares used by the Contractor in correcting the system malfunction shall be replaced within 15 days. 7. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the Contractor, the Owner shall have the right to obtain corrective maintenance from other sources and charge the Contractor in the amount of all Owner's costs plus alternate service providers invoice, plus 25% of the aggregate amount. 8. The Owner, at Owner's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case, the Owner will return the defective component to a repair location as instructed by the Contractor. The Contractor shall repair or replace the defective component and return the properly working unit to the Owner within 15 days. D. Software maintenance 1. After any equipment has been placed in service and tested, Owner or Owner's designated party shall be permitted to add, modify, and delete Owner provided software. Performance of such actions by the Owner shall not release the Contractor from satisfying any guarantee or maintenance requirements, or any other specified requirements. 1.14 EQUIPMENT IDENTIFICATION A. Identify equipment (control panels, control stations, instruments, etc.) furnished under instrumentation sections of Division 40 with the name of the equipment it serves. Control panels, Instruments, meters junction or terminal boxes, etc., shall have nameplate designations as shown on the Drawings_ CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 � CITY PROJECT NO. 103011 4061 00 - 12 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 12 of 14 B. Nameplates shall be engraved, laminated impact acrylic, black lettering on a white background, matte finish, not less than I/I6-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 %", no equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned, with a 70% alcohol solution, until the metal surface residue has been removed. Epoxy adhesive or foam tape is not acceptable. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Instrumentation and accessory equipment shall be installed in accordance with the manufacturer's instructions. The locations of equipment, transmitters, alarms and similar devices indicated are approximate only. Exact locations of all devices shall be as approved by the Engineer during construction. All information relevant to the placing of process control work shall be obtained in the field. In case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. B. The P&IDs and Drawings indicate the intent of the interconnection between the individual instruments. Any exceptions should be noted. Two complete sets of approved shop drawings shall be kept at the jobsite during all onsite construction. Both sets shall be marked up identically to reflect any modifications made during field installation or start-up. C. All equipment used in areas designated as hazardous shall be designed for the Class, Group and Division as required for the locations as shown on the Drawings and specified in Division 26. All work shall be in strict accordance with codes and local rulings, D. The instrumentation installation details on the Contract Drawings indicate the designed installation for the instruments specified, Where specific installation details are not specified or shown on the Drawings, the American Petroleum Institute (API) Recommended Practice 550 shall be followed as applicable. E. Brackets and hangers required for mounting of equipment shall be provided. They shall be installed as shown and not interfere with any other equipment. F. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded at only one ground point for each shield. G. Investigate each space in the building through which equipment must pass to reach its final locations. If necessary, ship material in sections sized to permit passing through restricted areas in the building. Provide on -site service to oversee the installation, the location and placement of system components, their connections to the process equipment panels, cabinets and devices, subject to the Engineer's approval. Certify that field wiring associated with his/her equipment is installed in accordance with best industry practice. Schedule and coordinate work under this section with that of the electrical work specified under applicable Section of Division 26. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 4061 00 - 13 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 13 of 14 H. Provide local electrical shutoffs and disconnects for all instruments requiring 120 VAC power. Electrical disconnects shall be suitable rated disconnect switches or manual motor starters as specified under Division 26. 3.2 TESTING A. Make the tests and checks prior to energizing instrumentation equipment in accordance with Section 40 61 21, and the individual Specification sections. B. Testing shall be scheduled and coordinated.with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment, including manufacturer's services, as specified in the individual Specification sections. C. Where test reports show unsatisfactory results, the Owner/Engineer will require the removal of all defective or suspected materials, equipment and/or apparatus, and their replacement with new items, all at no cost to the Owner. The Contractor shall bear all costs for any retesting. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 4061 00 - l4 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 14 of 14 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 61 21 -1 PROCESS CONTROL SYSTEM TESTING Page I of 6 SECTION 44 6121 PROCESS CONTROL SYSTEM TESTING PART1- GENERAL 1.1 SCOPE OF WORK A. This Section covers the testing requirements for all devices furnished, installed by the Contractor, Process Control System Integrator (PCSI) and the Application Service Provider (ASP) as detailed in the Contract Documents and as described in the related Sections of Division 40. B. The Contractor shall provide, jointly with the PCSIIASP as required, all labor and materials necessary to coordinate and perform the testing of the Process Control System (PCS) as specified herein. C. Provide all testing and commissioning equipment, materials, incidentals and labor, necessary to perform and coordinate the system check-out and startup, commissioning and field testing for the following; 1. All new signals and re -terminated signals for the existing RTU-17, and existing Plant PLC-BIO. D. The Contractor shall develop and submit for review and approval a plan for commissioning and startup with the existing Distributed Control System (DCS). E. The following describes the overall system checkout and sequencing and is intended to be utilized as a guide for commissioning and startup activities. The Contractor, in conjunction with the ASP, shall coordinate a separate meeting with the Owner/Engineer to discuss and coordinate the exact commissioning and startup sequence. A commissioning and startup plan shall then be submitted for review and approval. The commissioning and startup plan shall be successfully reviewed and approved prior to commencing commissioning and startup activities. F. During installation and checkout, the Contractor shall provide a minimum of two (2) personnel on site full-time. The Owner shall observe the Contractor's work associated with startup of the new PLCs and shall provide support for process operations. G. Contractor shall provide all test equipment necessary to perform the test during System Commissioning and startup. H. Contractor shall furnish to Engineer two copies of an installation inspection report certifying that all equipment has been correctly installed and are operating properly. The report shall be signed by the Contractor's representatives. 1.2 SUBMITTALS A. Submittal Process 1. Submit Shop Drawings, in accordance with Division 1 requirements, and as further specified herein. An individually packaged submittal shall be made for this section and shall contain all of the information required. Partial submittals will not be accepted and will be returned un-reviewed. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 4061 21 -2 PROCESS CONTROL SYSTEM TESTING Page 2 of 6 B. Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted, will be returned un-reviewed. C. The Contractor shall check shop drawings for accuracy and Contract Requirements prior to submittal to the Engineer. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a Statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section submittals will be allowed per transmittal unless sections are indicated for grouping in the individual sections. D. Commissioning/Startup Plan Submittal: 1. The Contractor shall submit a startup plan for Owner/Engineer review. Upon successful review, the Contractor shall coordinate with Operations on an agreed upon date and time for commissioning activities. E. Testing Procedures Submittal I. Test Procedure Submittal: Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions, forms, and checklists to be used to control and document the required tests. Include sign -off forms for each testing phase or loop with sign -off areas for the Contractor, PCSI, ASP, Engineer, and Owner. 2. The system shall be tested using the system architecture Drawing and a BOM of all hardware indicating manufacturer, model, and serial number. The documents for the test plan shall be structured such that the Engineer understands what the inputs are, what the predicted outputs should be and what the actual outputs are. 3. At a minimum, the test plan should include the following: a. BOM listing control system components. b. System hardware summary. c. A testing schedule describing the specific tasks to be performed and the time allotted for each task. d. Communications tests. c. 100 percent I/O point test including all spare points. Provide checklist for verification of each 1/0 point including spares. The checklist shall include point tag name, description, rack, slot, point and process range (where applicable). £ Test procedures which shall include test descriptions, forms and checklists to be used to control and document the required tests. Testing shall not start until the Test Procedures submittal has been approved. g. Test documentation which shall include a copy of the signed off test procedures upon completion of each required test. 4. Test Documentation: Upon completion of each required test, document the test by submitting a copy of the signed off test procedures. Testing shall not be considered complete until the signed -off test procedures have been submitted and favorably reviewed. Submittal of other test documentation, including "highlighted" wiring diagrams with field technician notes are not acceptable substitutes for the formal test documentation. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 4001 21 -3 PROCESS CONTROL SYSTEM TESTING Page 3 of 6 1.3 TESTS (GENERAL) A. The Contractor shall test all equipment at the factory prior to shipment. Unless otherwise specified in the individual specification sections, all equipment provided by the contractor shall be tested at the as a single fully integrated system. B. As a minimum, the testing shall include the following: 1. Operational Readiness Test (ORT) 2. Functional Demonstration Test (FDT) 3. 30-Day Site Acceptance Test (SAT) C. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement shall be satisfied. D. All tests shall be conducted in accordance with prior Owner/Engineer-approved procedures, forms, and check lists. Each specific test shall be described and followed by a section for sign off by the appropriate party after its status completion. E. Copies of these sign off test procedures, forms, and check lists will constitute the required test documentation. F. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provides suitable means of simulation. Define these simulation techniques in the test procedures. G. The General Contractor shall require the integration Subcontractor to coordinate all testing with the Owncr/Engineer, all affected Subcontractors. H. The Owner/Engineer reserves the right to test or retest all specified functions whether or not explicitly stated in the prior approved Test Procedures. I. The Owner/Engineer's decision shall be final regarding the acceptability and completeness of all testing. J. No equipment shall be shipped to the Project Site until the Engineer has received all test results and approved the system as ready for shipment. K. The Contractor shall furnish the services of servicemen, all special calibration and test equipment and labor to perform the field tests. L. Correction of Deficiencies 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. CITY OF FORT WORTH VCwRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 61 21 - 4 PROCESS CONTROL SYSTEM TESTING Page 4 of 6 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 OPERATIONAL READINESS TEST (ORT) A. Prior to startup and the Functional Demonstration Test, the entire system shall be certified (inspected, tested, and documented) that it is READY for operation. The Input / Output test shall be a witnessed by the OWNER/ENGINEER. B. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittal's and these Specifications. 1. The Loop/Component Inspections and Input / Output Tests shall be implemented using Engineer -approved forms and check lists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check off items with space for sign off by the Contractor. 1) Project Name 2) Loop Number 3) Tag Number for each component 4) Check offs/sign offs for each component b. Tag/identification c. Installation d. Termination — wiring c. Calibration/adjustment — Check offs/sign offs for the loop f. Panel interface terminations g. I/O interface terminations h. I/O signal operation i. Inputs/outputs operational: received/sent, processed, and adjusted. j. Total loop operation — Provide space for comments k. Each active Analog Subsystem element and each 1/0 module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign off by the Contractor: 1) Project Name 2) Loop Number 3) Component Tag Number of 110 Module Number 4) Component Code Number Analog System 5) Manufacturer (for Analog system element) 6) Model Number/Serial Number (for Analog system) 7) Summary of Functional Requirements: 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) c) Switching Elements: Unit range, differential f) (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) g) I/O Modules: Input or output 2. The Contractor shall maintain the Loop Status Reports and Component Calibration Sheets at the job -site and make them available to the Engineer/Owner at any time. CITY OF FORT WORTH VCWRF ADDITIONAL. GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 61 2l - 5 PROCESS CONTROL SYSTEM TESTING Page 5 of 6 3. These inspections and tests require witnessing by the OWNERIENGMEER. The Engineer will review and initial all Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.2 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Prior to startup and the 30-Day Test, the entire installed instrument and control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the Operational Readiness Tests. B. Once the facility has been started up and is operating, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with these Specifications. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and site -by -site basis. C. Loop -specific and non -loop -specific tests shall be the same as specified under Functional Demonstration Tests except that the entire installed system shall be tested, and all functionality demonstrated. D. Updated versions of the documentation specified to be provided for during the tests shall be made available to the Engineer at the job -site both before and during the tests. In addition, one (1) copy of all O&M Manuals shall be made available to the Engineer at the jab -site both before and during testing. E. The daily schedule specified to be followed during the tests shall also be followed during the Functional Demonstration Test. F. The system shall operate for 100 continuous hours without failure before this test shall be considered successful. G. Demonstrate communication failure and recovery 3.3 30-DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests for all sites, the Contractor shall be responsible for operation of the entire system for a period of 30 consecutive days, under conditions of full plant process operation, without a single non -field repairable malfunction. B. During this test, owner representative and Contractor personnel shall be present as required. For this test, the Contractor is expected to provide personnel who have an intimate knowledge of the system hardware and software. C. While this test is proceeding, the Owner shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. D. Any malfunction during the tests shall be analyzed and corrected by the Contractor. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. E. During this 30 consecutive day test period, any malfunction which cannot be corrected within 24 hours of occurrence by Contractor personnel, or more than two similar failures of any duration, will be considered a non -field -repairable malfunction F. Upon completion of repairs by the Contractor, the test shall be repeated as specified herein. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LIVE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 4061 21 - 6 PROCESS CONTROL SYSTEM TESTING Page 6 of G. In the event of rejection of any part or function, the Contractor shall perform repairs or replacement within 90 days. H. The total availability of the system shall be greater than 99.5 percent (99.5%) during this test period. Availability shall be defined as: Availability — (Total Testing Time -Down Time) / Total Testing Time I. Down times due to power outages or other factors outside the normal protection devices or back-up power supplies provided shall not contribute to the availability test times above. J. Upon successful completion of the 30-day site acceptance test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete, and the one-year warranty period shall commence. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406300-1 PROGRAMMABLE LOGIC CONTROLLER Page I of 6 SECTION 40 63 00 PROGRAMMABLE LOGIC CONTROLLER PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Programmable Logic Controllers (PLCs) to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. PCSI/ASP shall supply and install the required IO PLC cards to the existing PLC-BIO, as the Contract Documents shows. C. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections_ Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the equipment provides every specified requirement. Any options or exceptions shall be clearly indicated. C. Submit catalog data sheets for all software licenses provided under this Specification Section. D. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. e. Copy of the software license data including serial numbers, license key, etc. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 63 00 - 2 PROGRAMMABLE LOGIC CONTROLLER Page 2 of 6 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. NEMA ICS 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 (R1992) 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 (ILEA) 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 LS I 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) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406300-3 PROGRAMMABLE LOGIC CONTROLLER Page 3 of 6 32. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment For a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. 1.7 COMMUNICATIONS PROTOCOL REQUIREMENTS A The PLC systems must communicate as shown on the plans and as described else ware within the contract documents. The systems are to utilize and support the protocols as described within this section. 1. Where shown or otherwise indicated Modbus TCP Protocol to have the following as minimum capabilities as a minimum: a. All data shall be available and/or mirrored within the Modbus 4x or "Holding Register" memory area. The other areas can be optionally supported, but all Ox, 1 x, and 3x data shall be readable and writable in the 4x memory area. For digital writes, supports of single -bit writes (function 5) to the 0x area are acceptable on a case by case basis. Products that require access to the I and 3x area to operate are not acceptable; access to Ix/3x area shall be optional. b. Register 4x00001 shall exist and be readable to allow simple, predictable "communications tests". c. Software tools shall function properly with slaves' only supporting Modbus functions 3, 4 and 16. Requiring support of diagnostic function S is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP "Unit Id" to be a value other than zero. This is required for Ethernet -to -Serial bridging. 2. Where indicated the PLC System shall communicate utilizing Ethernet/IP Protocol with the following as minimum capabilities: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 63 00 - 4 PROGRAMMABLE LOGIC CONTROLLER Page 4 of 6 a. Transfer of basic I/O data via User Datagram Protocol (UDP)-based implicit messaging b. Uploading and downloading of parameters, setpoints, programs and recipes via TCP (i.e., explicit messaging.) c. Polled, cyclic and change -of -state monitoring via UDP, such as RPI and COS in Allen Bradley's ControlLogix control systems. d. One-to-one (unicast), one -to -many (multicast), and one -to -all (broadcast) communication via TCP e. Use of well-known TCP port number 44818 for explicit messaging and UDP port number 2222 for implicit messaging. 3. For communications links indicated to use DNP3 provide the minimum of level 2 implementation for all devices. PART 2 - PRODUCTS 2.1 PROGRAMMABLE LOGIC CONTROLLER A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Schneider Electric M340 Platform 2. No 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 as specified. Manufacturers listed above are not relieved from meeting these specifications in their entirety. The following table indicates the PLC used as the basis of design for each location indicated. C. Where an existing PLC is to be modified or expanded as a part of this Contract, as specified in Specification Section Process System Control Panels or as indicated on the plans, the modified PLC is to meet the requirements and functionality of this Section. D. Programming Languages I . Each PLC shall support IEC Standard 61131-3 with all of the following programming languages unless explicitly excluded within this section: a. Ladder (LD) b. Function Block Diagram (FBD) c. Sequential Function Chart (SFC) d. Structured Text (ST) e. Instruction List (IL) 2. Processor shall have a minimum IEC Program Memory size of 1024 KB. E. Input / Output Capacity I . Total Configurable Input / Output Capacity within the manufactures software package for the device shall not be less than 2048. 2. Installed minimum physical Input / Output capacity shall not be less than the following: a. Analog Inputs — 8 b. Analog Outputs —4 c. Discrete Inputs 32 d. Discrete Outputs — 16 CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMFNTS FOR BIOSOLIDS DRYING FACILITY NOVF-MBER 2022 CITY PROJECT NO. 1030l l 40 63 00 - 5 PROGRAMMABLE LOGIC CONTROLLER Page 5 of 6 F. Physical Construction 1. The PLC shall be of a modular construction, consisting of a back plane or buss, plug in modules for the processor, communication modules, I/O modules and expansion modules. 2. The power supply shall be 120 Volt 60 Hz and shall be sized for the total of all installed I/O fully loaded including the power requirement any spare 1/0 slots. 3. Analog inputs and outputs shall be isolated physically and electronically from each other and shall be of the 4-20ma type. 4. Discrete inputs shall be 24VDC and individually buffered with external single poll form C relays. 5. Discrete outputs shall be individually buffered with external form C relays with the number of polls as required. 6. Systems shall include as a minimum 1 Ethernet, 1 RS-485/232, or I USB programming ports. 7. A separate Ethernet port shall include for connection to the SCADA network. This port should include distributed/remote 1/0 scanning capability utilizing the protocol specified on the plans without the use of high-level logic programming. G. Spare Equipment 1. Provide minimum of 10 percent wired spare 1/0 channels of each type provided. 2. Provide 1 spare card/module of each type provided, including CPU and power supplies. 2.2 SPARE PARTS A. Provide the following spare parts for each control panel in the quantities specified: 1. One box of replacement fuses, all types and sizes used. 2. One replacement cable of each type used B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturer's name, description and part number on the exterior of the package. PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be factory installed, programmed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406300-6 PROGRAMMABLE LOGIC CONTROLLER Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 1030I 1 SECTION 40 68 60 APPLICATION SERVICES PROVIDER PART1- GENERAL 1.1 SCOPE OF WORK 40 68 60 - l APPLICATION SERVICES Page I of 8 A. The Contractor shall furnish the services of qualified personnel to perform the work as defined herein, in the Related Work Paragraph of this Section, and other Specification Sections as specified herein. The set -vice personnel shall be referred to as the Application Services Programmer (ASP). B. All Software configuration and programming related and for the existing Emersion Distribution Control System (DCS) and Data Collection Unit (DCU) shall be provided by the City of Fort Worth, Process Control Systems Department. C. PCSI/ASP Sub Contractor shall be responsible for the of pulling and landing all the new Input/output signals for existing RTU-17, and existing PLC-BIO. Also, the PCSIIASP shall be responsible for modifying the PLC-BIO and OIT programs, to satisfy all the new addition under this project. D. The manufacturer of the Drying Facility and Andritz equipment shall be responsible of the modification on their PLC and OIT programs to accommodate all the changes under this project. E. It shall be the responsibility of the Contractor to obtain and provide any and all information required from other Divisions, as listed in the related work below, to complete the work under this Section. F. The Contractor, and sub -contractors, shall coordinate with the parties involved under this project all scheduling, installation, and startup services. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Prior to any Pre -Submittal Conferences or Work Submittals as defined in section 40 61 00 Process Control Systems General Provisions, the Contractor shall submit the qualifications of the Application Service Provider. No Work Submittals will be accepted until the ASP has been approved by the owner. Submittals received prior to that Approval will be returned un-reviewed. B. System Programming Workshops CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 68 60 - 2 APPLICATION SERVICES Page 2 of S 1. Prior to the Submittal Process, the PCSI/ASP sub -contractor shall hold workshop for the modifications for PLC-BIO, in which the Engineer and Owner may observe the displays and control strategies prior to submitting database, trends, graphics, reports, and control strategies. No system display generation, programming, etc. shall begin until standards have been approved. 2. The Drying Facility and Andritz equipment manufacturer shall submit documents explaining the work to be implemented at each PLC and OIT. C. Submittal Process I . Submittals shall be made in accordance with the requirements of Division 1, Section 40 61 00, and as specified herein. 2. All electronic submittals shall be submitted in an ISO/IEC 26300:2006 or Comma Separated Values (CSV) readable electronic file format on a CD -Rom and an 8 ''/Z- inch by 1 I -inch hard copy. PLC Programs shall be submitted in the native export format of the PLC as suggested by the manufacture and as a fully annotated PDF file. D. Submittal Content Submittals shall contain the following: a. Programming Standards 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) 1/0 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 I/O 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) I/O 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 1/0, showing to which 1/0 modules or software modules, they are in. 4) Failure contingencies shall be described in detail. d. Human Machine Interface Programming 1) 1/0 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406860-3 APPLICATION SERVICES Page 3 of 8 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 historical points. 9) Listing of all required configuration files for each SCADA client. 2. Submit a proposed Schedule of Work following the PCSI pre -submittal conference. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment and HMI programming shall comply with the following codes and standards: 1. Occupational Safety and Health Administration (OSHA) 2. NEMA ICS 1-101 Diagrams, Designations and Symbols 3. ANSIIISA-5.06.01-2007 - Functional Requirements Documentation for Control Software Applications 4. 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. 5. ISA-5.4-1991 Instrument Loop Diagrams. 6. ISA-5.5-1985 Graphic Symbols for Process Displays. 7. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 8. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic, and Computer Systems. 9. ISA-20-1981 Specification Forms for Process Measurement and Control Instruments, Primary Elements, and Control Valves, 10. ISA-5.2-1976 (111992) Binary Logic Diagrams for Process Operations. 11. American National Standards Institute (ANSI) 12. The International Society of Automation (ISA) 13. Underwriters Laboratories (UL) 14. NFPA 79, Electrical Standard for Industrial Machinery 15. Factory Mutual (FM) 16. NFPA 70 National Electrical Code (NEC) 17. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All work associated with PLC and HMI programming services shall comply with the requirements set forth within the contract documents and as agreed and approved from the standards submittal. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.5 QUALITY ASSURANCE A. The Contractor shall provide verifiable documentation supporting the ASP'S qualifications and work history as defined in Section 40 6100 Instrumentation General Provisions. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406860-4 APPLICATION SERVICES Page 4 of 8 1.6 SYSTEM DESCRIPTION A. The Contractors ASP is responsible for providing all applications programming and configuration services to accomplish the control and monitoring functions as described in the contract specifications and drawings. The Contractors ASP shall provide all programming functions including, but not limited to, control strategies and communications for the Plant PCS PLCs and HMI, The Equipment manufacturer supplied PLC systems programming is the respective suppliers' responsibility. The Contractors ASP will obtain from the OWNER copies of all existing HMI and PLC configurations. The Contractors ASP shall also provide all applications programming and configuration services necessary to produce the HMI (graphic displays, reports, trends, historical archive, etc.) as described in the contract specifications and drawings. 1.7 WARRANTY A. Provide programming logic warranty as defined in division 1. 1.8 SYSTEM FINAL DOCUMENTATION A. Prior to final acceptance of the system and owner training, operating and maintenance manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with the Division 1 and Section 40 6100. B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for inclusion. As a minimum, the following information shall be provided: 1. A comprehensive index. 2. A complete "As Constructed" set of approved shop Drawings. 3. A complete list of the programming furnished. 4. Detailed service, maintenance and operation instructions for each item supplied. S. Operating instructions which incorporate a functional description of the entire system with references to the systems schematic Drawings and instructions. C. The final documentation shall be new documentation written specifically for this project but may include standard and modified standard documentation. Modifications to existing hardware or software manuals shall be made on the respective pages or inserted adjacent to the modified pages. All standard documentation furnished shall have all portions that apply clearly indicated. All portions that do not apply shall be lined out. D. The manuals shall contain all illustrations, detailed displays, and instructions necessary for installing, operating, and maintaining the equipment. The illustrated parts shall be numbered for identification. All information contained therein shall apply specifically to the equipment furnished and shall only include instructions that are applicable. All such illustrations shall be incorporated within the printing of the page to form a durable and permanent reference book. E. If the Contractors ASP transmits any documentation or other technical information which he considers proprietary, such information shall be designated. Documentation or technical information which is designated as being proprietary will be used only for the design, construction, operation, or maintenance of the System and, to the extent permitted by law, will not be published or otherwise disclosed. F. The requirements for the final documentation are as follows: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406960-5 APPLICATION SERVICES Page 5 of 8 1. As built documentation shall include all previous submittals, as described in this Specification, updated to reflect the as -built system as well as any corrections or modifications to the System resulting from the Factory and/or Field Demonstration Tests. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 APPLICATION DEVELOPMENT WORKSHOPS AND COORDINATION MEETINGS A. The ASP shall schedule and administer a minimum of one Workshop and Coordination Meetings for the purpose of discussing progress of the work under this Section. The ASP shall fully coordinate with the PCSI and be present for coordination meetings as defined in Section 40 61 00. B. The ASP shall make arrangements for workshops; prepare agenda of discussion items. Notify participants at least one (1) week before scheduled meetings. The meetings shall be held at a location chosen by the owner and shall include, as a minimum, attendance by the Owner, Engineer, General Contractor's project engineer, ASP, and PCSI. 1. The first workshop shall be held in advance of the ASP programming standards Shop Drawing submittal. The purpose of the workshop shall be for the ASP to: a. Summarize their understanding of the project b. Discuss any proposed substitutions or alternatives c. Schedule testing and delivery milestone dates d. Provide a forum for the ASP and Owner to coordinate hardware and software related issues c. Request any additional information required from the Owner and/or Engineer. f. The ASP shall bring a draft version of proposed standards shop drawings to the meeting to provide the basis for the Owner/Engineer's input into their development. g. All aspects of the programming effort shall be discussed including but not limited to: 1) PLC and HMI Variable naming conventions 2) PLC memory map conventions 3) Any and all customized or user defined function blocks (DFB) and subroutines. 4) Displays naming for each process area including all necessary pop ups. 5) Display color conventions and overall owner expectations 3.2 TESTS -GENERAL Refer to Section 40 61 21. 3.3 OPERATIONAL READINESS TEST (ORT) Refer to Section 40 61 21. A. Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have spaces for data entry, space for sign off by the Contractors ASP and the PCSI, and the following information: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER2022 CITY PROJECT NO. 103011 406860-6 APPLICATION SERVICES Page 6 of 8 . Project Name 2. Loop Number 3. Component Tag Number of 1/0 Module Number 4. Component Code Number Analog System 5. Manufacturer (for Analog system element) 6. Model Number/Serial Number (for Analog system) 7. Summary of Functional Requirements: 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 (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) £ I/O Modules: Input or output S. 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 3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) Refer to Section 40 61 21. 3.5 10-DAY SITE ACCEPTANCE TEST (SAT) Refer to Section 40 61 21. 3.6 TRAINING A. General 1. The cost of Owner training programs shall be included in the Contract price. The training and instruction, insofar as practicable, shall be directly related to the System being supplied. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the system. 2. All instructors shall be intimately familiar with the operation and control of the Owner's facilities. B. Operator Training Refer to Section 40 61 21. 1. Plant Operator field training sessions shall have the following characteristics: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406860-7 APPLICATION SERVICES Page 7 of 8 a. Plant Operator held training shall be structured specifically for operations type personnel. The Operators will want to know how to run their plant using the Control System. How does one open or close a valve, turn on or off a motor, adjust a set point, etc. using the Control System. These are questions the Contractors ASP and PCSI shall be prepared to answer. Training personnel shall be prepared to walk-through the logic used to control the equipment and how the Control System executes that logic. Training personnel shall be prepared to show the Operators how to operate the Plant from the Control System level in the event of Control Room equipment failure. Additionally, such topics as changing printer ribbon, changing printer or video copier paper, printing reports on demand, copying graphic displays, signing onto the system, creating graphic generated trends, etc. shall be discussed. b. The Contractors ASP and PCSI shall, at a minimum, have the following teaching aids available for distribution during Plant Operator held training sessions: 1) Copies of all complete generated graphic displays and reports 2. Operator Interface Functions a. Provide a minimum of two separate 2-day training sessions as scheduled by the Owner for four (4) of the Owner's operations personnel on the detailed operation of the Operator Work Station Controls. This training should be conducted within two weeks of the completion of the Functional Demonstration Test at a time suitable to the Owner. This training shall be provided at the Owner's facility and as a minimum include the following: 1) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract. b. Provide a minimum of four (4) days of instructor on -call tutoring services. After the completion of the training sessions described above, the instructor shall be at the site to provide these services. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 406860-8 APPLICATION SERVICES Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 10301 1 407050-1 INSTRUMENT SUPPORT HARDWARE Page 1 of B SECTION 40 70 50 INSTRUMENT SUPPORT HARDWARE PARTI- GENERAL 1.1 SCOPE OF WORK A. Furnish and install instrumentation mounting and support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other instrumentation installation mounting and support systems as specified herein with additional requirements as shown on the Drawings or specified within related sections. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers for each of the types of materials specified and where shown on the Drawings. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. 5. Cure and gel time tables 6. Temperature ranges (storage, installation and in-service). 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard for Electrical Safety in the Workplace CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407050-2 INSTRUMENT SUPPORT HARDWARE Page 2 of 8 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive -Bonded Anchors, ASTM International 5. AC308; Acceptance Criteria for Post -Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in this Section of the Specifications, having a UL standard, shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job -site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (temperature range) and expiration date must be supplied with product D. Metal Framing Systems Material shall be new and unused, with no signs of damage from handling. 1.7 'WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. I0301 1 407050-3 INSTRUMENT SUPPORT HARDWARE Page 3 of 8 PART 2 - PRODUCTS 2.1 ANCHORING SYSTEMS A. Acceptable Manufacturers Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal 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. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts and materials shall be manufactured of 316 stainless steel and conform to SAE 316 standards. 3. UL 203 Rated. 2.2 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI HIT RTZ with HIT-HY 200 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts and material shall be manufactured of 316 Stainless Steel and shall conform to SAE 316 standards. 2.3 U-CHANNEL SUPPORT SYSTEMS A. Acceptable Manufacturers Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tyco Unistrut b. B-Line c. Super -Strut d. Approved equal CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR 1310SOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407050-4 INSTRUMENT SUPPORT HARDWARE Page 4 of 8 2. 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. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps allthreads and conduit clamps. 3. Minimum sizes shall be 13116" through 3-114" 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing -fittings, Post Bases, channel nuts, washers, etc. Field welding of components will not be permitted, 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel and conform to SAE 316 standards. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. 2.4 INSTRUMENT FLOOR STANDS A. Acceptable Manufacturers I . Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. O'Brien Saddlepak b. Channel Track c. Techline Manufacturing d. Approved equal 2. 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. B. Product Description 1. Floor mount pipe stand for use in the mounting or support of Instrumentation Transmitters. 2. Stand shall consist of a 10 by 10-inch base plate of 114 inch steel with a minimum 40 inch long 2 inch steel tube center welded with a minimum of two 8 inch long gussets fully welded for maximum strength. The base plate shall have slotted mounting holes near all four corners. 3. The stand shall be fully zinc metallized or hot dip galvanize coated. 4. Field welding of components will not be permitted. 2.5 INSTRUMENT SUNSHIELD A. Acceptable Manufacturers Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOS6LIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407050-5 INSTRUMENT SUPPORT HARDWARE Page 5 of 8 a. International Metal Engineering Pte. Ltd b. O'BRIEN VIPAK c. Approved equal 2. 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. B. Product Description 1. Pipe stand or structure mounted sunshield for use in the protection of instrumentation from direct sunlight. 2. Sunshield shall consist of a minimum 10-inch overhang with a clear view of the instrument display and working space for service of the instrumentation without removal. The sunshield shall be made of 316 Stainless Steel unless otherwise shown on the drawings. All mounting hardware shall be furnished from 316 Stainless steel materials. Alternate materials if shown shall be Aluminum or fiberglass reinforced plastic with UV inhibitors. 3. All aluminum or stainless -steel Sunshields shall have all edges ground smooth without burs or sharp edges. 2.6 INSTRUMENT HEATTRACED ENCLOSURE A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. O'BRIEN HEATPAK b. Approved equal 2. 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. B. Product Description 1. Pipe stand or structure mounted heat traced enclosure for use in the protection of instrumentation from freezing. 2. Freeze protection shall consist of a nonmetallic insulated enclosure specifically designed for instrumentation transmitters and related appurtenances. 3. Enclosure will have easy opening luggage style latches made of stainless steel for easy access to the instrument. The internal portion of the enclosure will have an integral heater with thermostat and hat traced sensing tubing to the process connection. 2.7 INSTRUMENT TUBING AND FITTINGS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tubing 1) Swagelok 2) Parker 3) Approved equal CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 70 50 - 6 INSTRUMENT SUPPORT HARDWARE Page 6 of 8 b. Fittings 1) Swagelok 2) Parker 3) Approved equal c. Valves 1) Whitney 2) Parker 3) Approved Equal 2. 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. B. Product Description 1. All instrument air header and branch connections shall be 316 stainless steel materials. 2. All instrument shut-off valves and associated fittings shall be supplied in accordance with the piping specifications and all instrument installation details. Fittings shall be 316 stainless steel. Valves shall be 316 stainless steel. 3. All instrument tubing shall be fully annealed ASTM A269 Seamless 316 grade free of O.D. scratches and having the following dimensional characteristics as required to fit the specific installation: a. 1/4-in to 1/2-in O.D. x 0.035 wall thickness b. 5/8-in to 1-in O.D. x 0.049 wall thickness c. 1-in O.D. x 0.065 wall thickness d. 1-1/4-in O.D. x 0.065 wall thickness 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. 2.8 STAINLESS TIES A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. PANDUIT b. PHONIX CONTACT c. Gardner Bender d. Approved Equal 2. 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. B. Product Description Cable Ties for securing and supporting of flexible raceway and conductors. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407050-7 INSTRUMENT SUPPORT HARDWARE Page 7 of 8 2. Self-locking mechanism. 3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the drawings. C. Locations for Use 1, Cable Ties of stainless steel to be used in wet environments, where exposed to process, or when exposed to sunlight 2. Self-locking mechanism. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment, Instrumentation or raceways shall be attached to or supported from, sheet metal walls. D. Install required safety labels. 3.2 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.3 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.4 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407050-8 INSTRUMENT SUPPORT HARDWARE Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 SECTION 40 7100 FIELD INSTRUMENTATION PART1- GENERAL 1.1 SCOPE OF WORK 40 71 00 - 1 FIELD INSTRUMENTATION Page l of 8 A. Furnish, install and test all measurement instrument, level control devices and appurtenances, as shown an the Drawings, specified in the Related Work Sections and Divisions, and as specified herein. B. Equipment, specified in other Divisions, shall be manufactured in accordance with this Section, and submitted as a part of the equipment specified in other Divisions. 1.2 RELATED WORK A. Section 40 6100 Instrumentation and Control General Provisions B. Section 40 6121 Process Control System Testing 1.3 SUBMITTALS A. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the meter or relay provides every specified requirement. Any options or exceptions shall be clearly indicated. B. Submittals for equipment specified herein, for other Sections or Divisions, shall be made as a part of equipment submittals furnished under other Sections or Divisions. C. Installation experience documentation shall be submitted for approval with the Section Equipment Submittal D. Operation and Maintenance Manuals. 1. Operations and Maintenance manuals shall be constructed in accordance with Division 1 and shall include the Following information : a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. National Electrical Manufacturer Association (NEMA) 2. Instrumentation Society of Automation (ISA) 3. Underwriters Laboratories (UL) 4. UL 508, the Standard of Safety for Industrial Control Equipment 5. UL 508A, the Standard of Safety for Industrial Control Panels 6. Factory Mutual (FM) CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. t0301 l 407100.2 FIELD INSTRUMENTATION Page 2of8 7. All equipment and installations shall satisfy applicable Federal, State, and local codes. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar instrumentation equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two (2) years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. PART 2 - PRODUCTS 2.1 LEVEL TRANSMITTER - SUBMERSIBLE PRESSURE TYPE A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Endress & Hauser 2. Dwyer 3. 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. Type: Measuring level by continuously measuring hydrostatic pressure via its sensing element, an ion implanted silicon semiconductor chip. Data is transmitted by an analog, 4 to 20 mA DC output signals. D. Performance Requirements: 1. The transmitter shall be equipped with 4-20ma HART communications. 2. Accuracy: ±0.25 percent full scale. 3. Zero Offset: ±0.50 percent full scale. 4. Span: ±0.50 percent full scale. 5. Operating Temperature Ranges: +14 to 176 degrees F. 6. Storage Temperature Range: -40 to 212 degrees F. E. Construction Features: 1. Sensor: Type 316 stainless steel. 2. Housing: Type 316 stainless steel. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407100-3 FIELD INSTRUMENTATION Page 3 of S 3. Cable shall be provided of required length and fully submersible construction. 4. Power supply: 12 to 28 VDC with surge and lightning protection. 5. Electrical Connection: Attached 3-wire, 20-gauge polyethylene shielded unspliced cable. 6. Level Digital display shall accept 4-20 ma loop powered, 0.1 % of span, wall mounted and NEMA 4X rated as specified in section 40 78 00 Panel Mountca Control Devices with the pump control functionality. 2.2 CAPACITIVE CABLE ELECTRODE A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Vega two wires transmitter VEGACAL 63 for liquid continuous level measurement. 2. Endress & Hauser 3. 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. General 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of power and signal conductors as provided with each instrument. D. Type: 1. Capacitive rod electrode. 2. Single 4-20ma output HART communications. E. Functional/Performance 1. Function: Sense and transmit a variable liquid level. 2. Principle: Sensor and vessel form the two electrodes of a capacitor. A capacitance change caused by a level change is evaluated by the integrated electronics and converted into an appropriate output signal. The level measurement is carried out over the entire sensor length without a blocking distance. 3. Range Capability: 1 feet to 20 feet 4. Shall have integral temperature compensation unit. 5. Accuracy. Current output 1 percent of selected full scale range. F. Physical 1. Transmitter housing: shall be NEMA 4X. The housings shall be stainless steel. 2. The wetted parts of the instrument are fully PTFE or PE insulated. G. Power Requirements: 1. Input Power: 12 to 36 VDC H. Options/Accessories 1. The transmitter shall be equipped with 4-20ma HART communications. 2. Provide process connection as show in the Contract Documents. 3. Provide local indication LCD readout. Scale shall be in Engineering units. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT No. 103011 4071 00-4 FIELD INSTRUMENTATION Page 4 of 8 4. Provide hand held programmer(s) where full setup is not available for the instrument 2.3 PRESSURE INDICATION TRANSMITTER A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Rosemount 2. Endress + Houser 3. Foxboro 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. General 1. Provide surge protection for each instrument. D. Type: 1. Microprocessor based intelligent type, diaphragm actuated. 2. The instrument shall measure gage pressure E. Function/Performance: 1. Accuracy: Plus or minus 0.1 percent of calibrated span. 2. Over Range Protection: Provide positive over range protection to maximum process pressure. 3. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 20 v/m field intensity 4. Output: 4-20 mA HART communication. 5. Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50 degrees F temperature change. F. Physical: 1. Electrical Classification: Intrinsically safe or explosion proof for Class L and Class 11, Division 1 locations. 2. Enclosure: Rated NEMA 4X. 3. Diaphragm Sensor Material: 316 Stainless Steel alloy or Hastelloy C. 4. Sensor Fill Fluid: Shall be suitable for process fluid being measured. When used for chemical metering service, the fill fluid shall be rated for the chemical being measured. G. Power Requirements 1. Loop powered two wire type. H. Options/Accessories 1. If required to meet the range or suppression/elevation requirements, the Contractor shall supply a differential pressure transmitter. 2. Provide a shutoff valve and mounting bracket for each transmitter. 3. Provide an integral indicator scaled in engineering units. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407100-5 FIELD INSTRUMENTATION Page 5 of S 4. Provide hand held programmer(s) where full setup is not available for the instrument directly. 2.4 MANIFOLDS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. D/A Manufacturing Model GP5TC 2. Parker H Series 3. Swagelok 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. General 1 Provide fully machined surfaces D. Physical 1. Manifold shall be of 316 stainless steel. 2. Flanged or Trans -mount as shown on the Drawings. 2.5 SPARE INSTRUMENTS AND RELATED COMPONENTS A. Contractor shall furnish a minimum of one or 10 percent of each installed instrument, whichever is greater. B. All spare equipment shall be packed in a manner suitable for long term storage and shall be adequately protected against corrosion, humidity and temperature. Individually mark and vacuum seal all spare parts. Provide other spare parts as indicated on the individual device specifications. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment With minimum 5 years documented experience 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by the manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless otherwise shown on the Drawings. Fittings shall be of the compression type, 316 stainless steel. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 4071 00 - 6 FIELD INSTRUMENTATION Page 6 of 8 C. All conduit entries into the instruments shall use hubs of watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B HI50GRA Series, or equal. D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 3.4 RACEWAY SEALING A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. 3.5 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values shall be specified in the manufacturer's instructions. 3.6 FIELD ADJUSTING A. Adjust all equipment for proper range and field conditions, as described in the manufacturer's instructions. B. Any field adjustments, required for proper system operation, shall be included in the Final O&M. 3.9 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. B. Test each interlock system for proper functioning. C. Test all control logic for proper operation. 3.8 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.9 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. 3.10 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained and certified representative shall certify in writing that the equipment has been installed, adjusted, including all settings as defined in the Contract Documents. B. The Contractor shall provide three (3) copies of the representative's certification. 3.11 TRAINING A. Provide the representatives, services for training of Owner's personnel in operation and maintenance of the equipment furnished under this Section. B. The training for each type of equipment shall be for a period of not less than one (1) eight hour day. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407100-7 FIELD INSTRUMENTATION Pagc 7 of a C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D. Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407100-8 FIELD INSTRUMENTATION Page 8of8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 40 78 00 - 1 PANEL MOUNTED CONTROL DEVICES Page 1 of 8 SECTION 40 78 00 PANEL MOUNTED CONTROL DEVICES PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for panel mounted equipment to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.2 RELATED WORK A. Section 40 61 00 Instrumentation and Controls - General Provision B. Electrical system Division 26 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification section as applicable with the control panel submittal as referenced in the related work paragraph. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the devices provide every specified requirement. Any options or exceptions shall be clearly indicated. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA/ISCI 109 Transient Over -voltage Withstand Test 2. IEEE Std. 472/ANSI C37.90.2 Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 3. IEC 255.4 Surge Withstand Capability Tests 4. NEMA/ICS 1 General Standard for Industrial Control Systems, 5, NEMAIICS 4 Terminal Blocks for Industrial Use. 6. NEMA/ICS 6 Enclosures for Industrial Control Systems. 7. NEMA LS 1 Low Voltage Surge Protective Devices. 8. UL 1449 Third Edition — Surge Protective Devices B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. CITY OF FORT WORTFI VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDs DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407800-2 PANEL MOUNTED CONTROL DEVICES Page 2 of 8 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the specified equipment to be free from defects in material and workmanship for two (2) year from date of acceptance of the assembly containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. PART 2 - PRODUCTS 2.1 MODE SELECTOR SWITCHES, PUSHBUTTONS AND INDICATING LAMPS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Allen Bradley 2. Cutler Hammer 3. GE 4. Square D 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. Construction 1. 30mm Diameter 2. Corrosion resistant, 3. NEMA 4/4X/13 without booted covers 4. "Finger safe" contact blocks, 10A rating, hermetically scaled contacts. Function indicating colors per NFPA 79 unless otherwise shown on the Drawings. 6. Engraved corrosion resistant nameplates 7. LED lamps Mode selector switches shall have 1 spare set auxiliary contacts. 9. Indicator lights to be Push -to -Test 10. Potentiometer ratings to match I/O devices connected CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407800-3 PANEL MOUNTED CONTROL DEVICES Page 3 of 8 2.2 TERMINAL BLOCKS 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 specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Terminal Blocks 1. Terminal blocks shall be DIN -rail -mounted one-piece molded plastic blocks with tubular -clamp -screw type, with end barriers, dual side terminal block numbers and terminal group identifiers. Terminal blocks shall be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal conductors. 2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 3. 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. 4. 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. 5. 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. 6. 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. 7. 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. 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended ferrules. Ferrules shall be provided with plastic sleeves. 9. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent spare terminals. 10. Provided ground terminal blocks for each twisted -shielded pair drain wire. D. Terminal Blocks (Analog Input/output) 1. Fused modular terminal blocks shall be provided for all analog inputs and outputs. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407900-4 PANEL MOUNTED CONTROL DEVICES Page 4 of 8 2. Technical: a. Connection: Screw b. No. of levels: 3 c. No. of connections: 5 d. Nominal cross section: 4 mm^2 e. Insulating material: PA f. Fuse: G/5 x 20 g. Fuse type: Glass h. Rate surge voltage: 6 KV i. Overvoltage category: III j. LED voltage range: 12V AC/DC ...30V AC/DC k. LED current range: 0.31 mA... 0.95 mA 1. Maximum load current: 36 A in. Connection standard: IEC 60947-7-2/IEC 60947-7-3 2..3 WIRE TROUGHS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Panduit a. Model: PanelMax b. Type F c. 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. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low voltage twisted shielded pair cable conducting analog 4-20 mA signals or communications low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power D. The following trough colors shall be used: 1. Black:All 480 volt AC 2. Grey; All 24 volt DC 3. White: All 120 volt AC 4. Blue: Intrinsic Safe Circuits 2.4 DIN RAILS 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 specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NO V EMBER 2022 CITY PROTECT NO. 103 011 407800-5 PANEL MOUNTED CONTROL DEVICES Page 5 of $ C. Standard 35 mm rails shall be made of steel zinc -plated and chromated. Rails shall be 7.5 mm tall and meet standard EN 60715: 2001. D. Unless noted otherwise, all reference to DIN Rail mounting shall be of type standoff (raised) DIN Rail mounted. 2.5 RELAYS AND TIMERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2. Square D 3. IDEC 4. Potter -Broomfield. 5. Allen-Bradley 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. Type: l . Relays shall be double pole, double throw (form C) except PLC I/O buffer relays which shall be single pole, double throw (form C), spade plug in type with a transparent dust cover. The relay shall be equipped with an indicating light to indicate when its coil is energized. 2. Units shall be of the general purpose plug-in type. D. Functional/Performance: 1. Coil voltage shall match supply voltage. 2. Contact arrangement/function shall be as required to meet the specified control function. 3. Mechanical life expectancy shall be in excess of 10,000,000 cycles. 4. Duty cycle shall be rated for continuous operation. 5. Units shall be provided with integral indicating light to indicate if relay is energized. 6. Solid state time delays shall 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. 10. Contact material: Silver cadmium oxide. 11. Relay sockets are DIN rail mounted. 12. Internal neon or LED indicator is lit when coil is energized. 13. Clear polycarbonate dust cover with clip fastener. 14. Operating temperature: -20 to +150 Deg F. 15. UL listed or recognized. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIAS DRYING FACILITY NOVEMBER2022 CITY PROJECT NO. 103011 407800-6 PANEL MOUNTED CONTROL DEVICES Page 6 of 8 E. Ratings: 1. For 120VAC service provide contacts rated 10 amps at I20VAC, for 24VDC service provide contacts rated 5 amps at 28VDC, for electronic (milliampl millivolt) switching applicator provide gold plated contacts rated for electronic service. 2. Relays shall be provided with dust and moisture resistant covers. F. Physical 1. DIN Rail mounting base 2. Screw Terminals G. Options/Accessories Required: 1. Provide mounting sockets with pressure type terminal blocks rated 300 volts and 10 amps. 2. Provide mounting rails/holders as required. 2.6 24 VDC POWER SUPPLIES A. All 24 Vdc subsystems shall be supplied with redundant 125% capacity power supplies, equipped with redundancy diodes, for all DC voltage levels and services. Each power supply shall have sufficient power to continuously supply the total system for each voltage required. Auctioneering, load sharing or switching circuits shall be provided such that failure of a power supply shall transfer, without bump, to the backup supply. Each set of redundant power supplies shall be wired and equipped to accept two separate power feeds. The Contractor shall size the power supply not to exceed 50% of normal operating capacity. B. A "power on" switch and indicating light shall be provided for each power supply. Each power supply shall be provided with voltage monitors for the output of each bus voltage level. An alarm shall provide the operator with adequate warning before power failure equipment malfunction. C. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact D. 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. E. Design and fabrication 1. Converts 120 Vac input to DC power at required voltage. 2. Sized as required by the load. Minimum 2.5 Amp output 3. AC input: 120 Vac +10 percent -13 percent; 47 to 63 HZ. 4. Provision for output failure alarm contact. 5. DIN rail mounting. 6. All Power Supplies shall be redundant pairs. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407900-7 PANEL MOUNTED CONTROL DEVICES Page 7 of 8 2.7 NAMEPLATES A. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic, matte finish, black lettering on a white background, not less than 1/1 6-in thick by 1/2-in by 1-1/2-in, Rowmark NoMark Plus or equal, Nameplates shall be attached to the backplate with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X'/2", no equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residues has been removed. Epoxy adhesive or foam tape is not acceptable. PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 407800-8 PANEL MOUNTED CONTROL DEVICES Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VCWRF ADDITIONAL CAS LINE CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY NOVEMBER 2022 CITY PROJECT NO. 103011 SECTION 43 13 31 PRESSURE VESSELS PART1- GENERAL 1.1 SUMMARY 431331-I PRESSURE VESSELS Page I of 10 A. Scope 1. The purpose of this specification is to cover the general design, fabrication, testing and preparation for shipment of stainless steel pressure vessels operating at or above 15 psig in accordance with the ASME Boiler and Pressure Vessel Code Section VIII, Division 1 (the Code). 2. This general specification, combined with specific equipment specifications, data sheets and supplementary specifications is appropriate for use in specifying process separators and filter -separators. B. Section Includes: Pressure Vessels This specification pertains to the design for the Filter Separator and Separator that are a part of the BioSolids design. a. The requirements in this document are a general guideline for specifying and ordering a filter -separator/ separator meeting the requirements specified herein and as shown on the Drawings. b. The purpose of the filter-separator/separator is to remove pipeline solids, salt water natural gas distillate, water and lubricating oil from the natural gas stream. 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 33 1105 — Bolts, Nuts and Gaskets 4. Section 33 14 15.2 — Stainless Steel Piping for Gas Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement 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 " Separator". 3. The price bid shall include all labor, materials, equipment, and incidentals necessary to install, test, and ready for operation the items specified herein. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING, FACILITY Revised January 5, 2023 CITY PROJECT NO. 103011 43 1331 -2 PRESSURE VESSELS Page 2 of 10 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 National Standards Institute (ANSI); a. B 16.5, Pipe Flanges and Flanged Fittings 3. American Society of Mechanical Engineers (ASME): a. B16.20, Metallic Gaskets for Pipe Flanges b. ASME Boiler and Pressure Vessel Code (BPVC) Section VIII, Division 1 4. ASTM International (ASTM): a. A193, Alloy -Steel and Stainless Steel Bolting Materials for High Pressure Service 5. American Petroleum Institute (API): a. RP 510, Pressure Vessel Inspection b. RP 520, Sizing, Selection, and Installation of Pressure -Relieving Devices c. RP 521, Guide for Pressure -Relieving and Depressuring Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED1 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINIFORMATIONAL SUBMITTALS A. Product Data / Shop Drawings I . Manufacturer's name and complete product model number, identifying all optional accessories that are included. Equipment shall be identified utilizing numbering system and name utilized in the Drawings 2. Manufacturer's delivery, storage, handling, and installation instructions 3. Dimensions 4. Shipping and operating weights 5. Materials 6. Equipment installation details: a. Location of anchorage b. Manufacturer's installation instructions 7. List of recommended spare parts and supplies. List shall include current unit prices and source of supply. B. Certifications 1. Manufacturer shall furnish an affidavit certifying that all Pressure Vessels meet the provisions of this Section and are suitable for these service conditions. 2. Relevant experience references as described in Qualifications. C. Information 1. Executed copy of the 5-year preventative maintenance and service agreement. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR I3[OSOLIDS DRYING FACILITY Revised January 5, 2023 CITY PROJECT NO. 10301 I 43 1331 -3 PRESSURE VESSELS Page 3 of 10 2. Qualifications of field service technician. 3. Location of nearest authorized service center. 4. Operation and maintenance manuals. 5. Written warranty as described under Qualifications. 1.7 CLOSEOUT SUBMITTALS [NOT USED1 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1 — General Requirements. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. A finished Pressure Vessel and its Appurtenances shall be the product of a single supplier. b. All equipment shall be installed, adjusted, tested, and placed in operation in conformance with these Specifications, the Manufacturer's recommendations and as shown on the Drawings. c. All equipment installed under this Section shall be manufactured by a company with a minimum of 10 years of successful operation. Manufacturer shall provide a list of at least 5 successful similar installations. Pressure vessel manufacturers must include project contact information. This list shall be submitted with the bid documents. d. All Pressure Vessels specified in this Section shall be furnished by a single supplier who shall assume sole responsibility for providing complete, operating systems designed for long life with minimum required maintenance, meeting requirements specified herein and as shown on the Drawings. e. Supplier is responsible for providing all components necessary for proper vessel operation within the flange limits of the vessel. f. Single Source Responsibility: Pressure Vessel supplier is responsible for supplying and assuring proper component integration and operation of the following components: 1) Separator 2) Separator Skid 3) Vessel Internals 4) Gaskets 5) Controls 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. CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised January 5, 2023 CITY PROJECT NO. 103011 43 13 31 -4 PRESSURE VESSELS Page 4 of 10 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1 and this specification. 2. The Manufacturer shall warrant the equipment specified in this Section to be free from defects in material and workmanship for a minimum of 5 years from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all parts, materials and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the City, 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 following manufacturers will be considered: a. Filter -separator: Parker Hannifin Filtration (US) Inc. as packaged by Chemted LLC b. Drip-Pot/Vertical Separator: Patriot Process Equipment 2. Any product that is not listed in this specification is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The manufacturer must comply with this Specification and related Sections. 4. Approval drawings are required. Approval drawings are for the purpose of review of general compliance with the specifications and Drawings. This review does not relieve the vendor of responsibility for errors made in design and details. Approval drawings shall be furnished not later than two weeks from receipt of order. B. Design Conditions: Filter -Separator a. Gas Flow Rate: 2,600 SCFM b. Gas Specific Gravity: 0.88 c. Design Pressure: 75 psig 1) Temperature: -20/120 °F d. Operating Pressure: 50 psig 1) Temperature: 60 OF CITY OF FORT WORTH Revised January 5, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 43 1331 -5 PRESSURE VESSELS Page 5 of 10 e. Corrosion Allowance: none f. Vessel Size: 1) Outside Diameter: As recommended by Manufacturer 2) Shell Length: As recommended by Manufacturer Drip-Pot/Vertical Separator a. Gas Flow Rate: 2,600 SCFM b. Gas Specific Gravity: 0.88 c. Design Pressure: 75 psig 1) Temperature: -20/ 120 °F d. Operating Pressure: 50 psig 1) Temperature: 60 °F e. Corrosion Allowance: none f. Vessel Size: 1) Outside Diameter. 24" 2) Shell Length: 20'-1 '/2" F/S C. General 1. The pressure limiting component shall be identified on Vendor's drawings. 2. The minimum thickness of shells and heads shall be 1/4 in. 3. Internals shall have a minimum thickness of 1/4 in. Attachment of internals to the vessel shall be made by a full fillet weld with a minimum leg size of 1/4 in. Internals shall be constructed of a material compatible with the vessel shell. D. Welding Procedures 1. Vendor shall prepare and qualify Welding Procedure Specifications (WPS) in accordance with the ASME Code, Section IX, which shall be available to and followed by all welders. 2. Copies of all applicable procedure specifications, procedure qualification records, and welder performance qualification tests specified in the Vendor data Matrix, shall be submitted for approval prior to start of fabrication. 3. The Vendor will be responsible to be certain that the Essential Variables specified on the WPS are followed during production welding. Variables which will affect weld and heat affected zone (HAZ) hardness include, but are not limited to: ambient temperature, preheat temperature, inter -pass temperature, travel speed, total heat input, post weld heat treat, etc. When specified in the Vendor Data Matrix, the Vendor shall maintain records of these essential variables during production welding. Any such records shall become a part of Vendor's pressure vessel file. E. Connections 1. Nozzles NPS 3 and larger shall be flanged. Connections NPS I1/2 and smaller shall be threaded. Nozzles NPS 2 shall be flanged or threaded as specified on the data sheet. Flanged nozzles shall utilize weld neck or long weld neck flanges or H-neck forgings. When threaded connections are used for process inlets or outlets, relief valves, or are subject to external loading, they shall be made with 3000# full couplings. On vessels not in vibrating service, 3000# thread-o-lets may be used for instrument connections or drains not subject to external loading. 3000# half couplings may be used when shorter nozzles are required for instruments. Special nozzle connections are to be used when indicated on the data sheet. 2. Pipe wall thickness for nozzles and extensions hall be at least extra -strong (XS). CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY Revised January 5, 2023 CITY PROJECT NO. 103011 43 1331 -6 PRESSURE VESSELS Page 6 of 10 3. Unless noted otherwise on the data sheet, flanges rated ANSI Class 600 and lower shall be raised face, and flanges rated ANSI Class 900 and higher shall be ring type joint. 4. Flanged nozzles, man -ways, and inspection ports shall extend at least 6 in. from the shell to the face of the flange. Full couplings for threaded connections shall extend at least half coupling length outside the shell. For insulated vessels, these minimum nozzle extensions shall be increased by the thickness of the insulation and the protective covering. 5. Stud bolt lengths shall be per ANSI B 16.5 where applicable. In other cases, stud lengths shall be such that the last thread on all nuts is engaged and the studs do not extend more than 1 /4 in. beyond the nuts. 6. The use of elbows connected directly to the vessel should be avoided. When used, weld elbows shall be long radius. 7. A drain shall be provided for each compartment of the vessel. Drains shall be at least NPS 2 unless otherwise specified or approved. 8. When specified on the data sheet, vortex breakers shall be furnished on all liquid outlets except siphon type outlets. 9. Nozzles entering the bottom of vertical vessels shall be avoided. When nozzles must enter the bottom, they shall be piped at least 6 in. beyond the skirt with butt weld seamless pipe and fittings. 10. Vessels specified to be in corrosive service shall be provided with inspection openings as required by the Code paragraph UG46 or as specified on the data sheet. Inspection openings or man -ways may also be specified on the data sheet for vessels in non -corrosive service. Lifting aids shall be furnished with each man -way or inspection opening cover as follows: Cover Weight {lbs) Lifting Aid Example >87 Davit NPS 16 Class 150 Blind Flange 30 thru 87 Two Handles NPS 6 Class 600 Bline Flange 15 to 30 One Handle NPS 6 Class 150 Blind Flange <15 No Aid Required 8" x 10" Oblong Plate 3/4" Thick 11. Flange bolt holes shall straddle horizontal and vertical centerlines. 12. Nozzles for instruments which require fixed center dimensions shall be set with jigs. F. Attachments CITY OF FORT WORTH Revised January 5, 20Z3 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO, 103011 43 1331 - 7 PRESSURE VESSELS Page 7 of 10 I . Where required for structural integrity, vessels shall have distribution pads under lifting lugs. Lifting lugs on insulated vessels shall project far enough for shackles to clear the insulation and protective covering. 2. Reinforcements, saddles, and lifting lugs forming closed areas on the vessel external surface shall have at least one NPS'/4 threaded vent hole. Longitudinal seams shall be located to clear openings, their reinforcing pads, and saddle wear plates. Circumferential seams of shell shall be located to clear openings, their reinforcing pads, tray and insulation support rings, and saddle wear plates. When the covering of circumferential seam by reinforcing pad is unavoidable, the seam shall be ground flush and examined prior to welding the reinforcing pad in place. 3. When specified, horizontal vessel saddles shall be provided with a minimum 1/4 in. thick wear plate continuously welded to the shell. 4. Unless the vessel is specified to be welded to a deck or skid, the skirt or saddles shall have holes for anchor bolts. Anchor bolt holes shall be at least 7/8 in. in diameter. 5. Ladders, platforms, walkways and other external attachments shall be supported by the vessels with welded tabs. On insulated vessels, the tabs shall extend far enough to allow insertion and make-up of bolts and nuts without damaging the insulation or protective covering. G. Materials of Construction 1. Vessel shall be constructed and stamped in accordance with the latest revision of ASME Pressure Vessel Code, Section VIII, Division 1. National Board number will be furnished. 2. All pipe and pipe fittings used in vessel fabrication shall be seamless. 3. Metallurgy of non -pressure containing attachments and associated weld filler metal shall be compatible with shell and head materials to which attached. 4. Platforms, ladders and walkways shall be open steel serrated bar grating. When specified, they shall be hot dip galvanized. Any galvanizing shall be in compliance with ASTM A123-89, "Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel", ASTM A 153-87, "Specification for Zinc Coating (Hot - Dip) on Iron and Steel Hardware", and ASTM A385-86, Practice for Providing High -Quality Zinc Coatings (Hat -Dip)" as appropriate. H. Construction 1. Backing strips or rings shall not be used. 2. Nozzles, man -ways, and inspection ports shall be installed by inserting the neck of the flange, the coupling, or the pipe nipple through the vessel wal and welding with full penetration welds. Internal joints and projections shall be ground smooth or to a radius to minimize flow resistance. Reinforcements shall be attached at the nozzle with full penetration welds. Fillet groove welds for thread-o-lets shall have weld thickness tv of at least 1 /4 in. and at least as thick as schedule 164 pipe. The weld shall have a concave surface to blend smoothly between the vessel wall and the thread-o-let. CITY OF FORT WORTH Revised January 5, 2023 VCWRF ADDITIONAL GAS LINE FOR SIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 43 1331 - 8 PRESSURE VESSELS Page 8 of 10 3. Welded internal or external attachments, except insulation support rings, shall be attached with continuous fillet seal welds. Insulation support rignts may be skip welded. Lifting lugs and tabs for ladders and platforms shall not be welded over vessel seams. All attachments shall be welded to the vessel prior to post weld heat treatment (PWHT) if required, pressure testing, and internal coating. 4. Sharp edges on internal and external surfaces shall be removed by grinding to reduce risk of personal injury during fabrication, handling and inspection. Additional grinding and special fabrication requirements for vessels to be internally coated shall be per the referenced supplementary specification. 5. Threaded openings shall be re -tapped prior to pressure testing. 6. Nozzles shall be located from the base line and the centerline of the vessel within the following tolerances: a. Distance from base line to nozzle centerline: + 1/8 in. b. Angular rotation nozzle centerline around centerline of vessel: + 1/8 in. c. Projection of nozzle face from vessel centerline: +1/9 in. These tolerances may be exceeded on large vessels (>48 in. in diameter) with approval. 7. Alignment of flange faces and ends of couplings used for nozzles shall be checked by placing a straight edge across the nozzle. They shall not deviate more than 1/16 in. per ft from planes parallel or perpendicular to the centerline of the vessel. I. Name Plates 1. The markings required by the Code are to be provided and in addition, the nameplate shall include the purchase order number, equipment tag number, diameter, scam -to -seam length, the date tested, National Board registration number (when required), Testing Authority (if applicable), the manufacturer's name and the manufacturer's serial number. 2. The nameplates are to be of stainless steel securely attached to a suitable bracket seal welded to the shell. The bracket shall extend beyond insulation on insulated vessels. If the vessel requires stress relief heat treatment, any welding to attach the nameplate or attachment bracket to the vessel shall be completed before stress relief. The nameplates shall be protected from blasting and painting. J. Drain Insulation 1. Insulation: Minimum 1 %" thick preformed mineral wool pipe insulation complying with ASTM C547 for all exposed drain piping up to 2 inch diameter; use molded tubular material wherever possible. a. Minimum Service Temperature: -40 degrees F. b. Maximum Service Temperature: 220 Degrees F. c. Connection: Waterproof vapor barrier adhesive 2. Aluminum Jacket: ASTM B 209 (ASTM B 209M) formed aluminum sheet. a. Thickness: 0.016 inch sheet. b. Finish: Smooth. c. Joining: Longitudinal slip joints and 2 inch laps. d. Fittings: 0.016 inch thick die shaped fitting covers with factory attached protective liner. e. Metal Jacket Bands: 3/8 inch wide; 0.010 inch thick Stucco Embossed T304 stainless steel. CITY OF FORT WORTH Revised January 5, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 43 1331 -9 PRESSURE VESSELS Page 9 of 10 3. Removable insulation blankets shall be fabricated for flanges, valves, level gauges, & some of 1" screwed pipe. All protrusions through weatherproofing jacket shall be sealed with Dow 732 aluminum caulking. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Each pressure vessel shall be pressure tested and inspected in conformance with the Manufacturer's recommendations. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All nozzle flange faces shall be coated with rust prevention grease and shall be further protected with a wood, metal or plastic cover to prevent damage during shipment. Female NPT connections are to be protected with suitable thread protectors. Male NPT connections shall be protected by forged steel caps. 3.4 INSTALLATION A. General 1. All pressure vessels shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. B. Piping Insulation 1. Install insulation and jacket materials in accordance with manufacturer's written instructions. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL A. Inspection and Testing 1. Inspection, testing and quality control are the responsibility of the Vendor. 2. Radiography, ultrasonic examination, and hydro -testing shall be performed after PWHT and prior to painting and coating. 3. When indicated on the data sheet, a third -party inspector will make inspections of vessels during construction, inspect vessel before and after final closure, witness hydrostatic tests and make a final inspection of all vessels prior to shipping. Vendor shall give third -party one week's notice prior to closures, of tests, and of the date vessels are available for final inspection. Vendor shall provide access and facilities to third -party inspector to inspect all material and work in progress. All radiographic films and the records of examinations shall be available for review by third -party inspector. CITY OF FORT WORTH Revised January 5, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 431331 -10 PRESSURE VESSELS Page ] 0 of 10 4. Minimum requirements for radiography and ultrasonic examination are as follows: a. Vessels with design pressures of 125 psig and less, which are not specified to be in vibrating service. 1) No radiography or ultrasonic inspection required. Inspect per the Code paragraph UW-11 (c). 5. The minimum hydrostatic test pressure per the Code is 1 '/2 times the MAWP multiplied by the lowest ratio (for the materials of which the vessel is constructed) of the allowable stress at test temperature to the allowable stress at design temperature. Vessels having a corrosion allowance in excess of 1/8 in. and which are limited by a component other than a flange rating, shall be hydrostatically tested for the new and cold condition. The test pressure shall be 1 %a times the MAWP of the vessel as calculated using the new (un-corroded) material thickness and using the allowable stress at the test temperature. This "New and Cold Test Pressure" shall be identified on Vendor's drawings. 6. The test pressure shall be held for a period of one hour. Following hydro -test, the vessels hall be drained free of standing water and sealed. 3.8 SYSTEM STARTUP [NOT USED] A. General 1. Startup procedures shall be in accordance with the instructions of the manufacturer and as shown on the Drawings. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH kevised January 5, 2023 VCWRF ADDITIONAL GAS LINE FOR BIOSOLIDS DRYING FACILITY CITY PROJECT NO. 103011 Temperature Pressure Internal Design Conditions 120 OF 75 psig External Design Conditions -20 OF 112 Vac. Operating Conditions 60 OF 55 psig Corrosion Allowance n/a inches Insulation Thickness -- inches Specific Gravity of Liquid 0.99 Vessel Material 3041304L PWHT ❑ Yes 7 No Nozzle Schedule Mark Size' Description ' Qty. Flange Dace Note A 8 Process Inlet 1 150# RF 4 B 8 Process Outlet 1 150# RF 7 C 2 Liquid Outlet 1 150# RF 1 D 1 Vent 1 150# RF E 2 Relief Valve 1 150# RF F 2 Levellnst. 1 150# RF 2,5 N otw, 1. Down -pipe required. 2, Instrument Connections (Required by Process) QLi ❑Pf❑TI ❑oP 3. (not used) 4. Inlet impingement baffle required. 5. Level inst. to be guided -wave radar w/ internal element. 6. Bottom head to be 2:1 elliptical. 7. Full vessel diameter mist pad or vane pack required between inlet and outlet. 8. Vessel to be partially below grade. 9. Inlet/outlet connections to be connected to 8" SCH 10S below -grade, SS pipeline. Lines sloped to this separator. vvv T T T I A ©� 74 1 I 1 12' - 0" I.D. 1 01-011 I I 0 I 1 911 24" 21'-3" FFIS 911 1 1 45" 6" 6" revision Record No Description 0 Final Subn::___: Client: Village Creek Wastewater Reclamation Facility Date: Location: Ft. Worth, TX Revision Service: Blogas/Liquid Separator By: Halff AVO: 046217.001 Checked Equip. No.: V-201 12/21/2022 0 p JOS ME HA L,FF MCL HALFF ASSOCIATES, WWW HALFF COM THIS PAGE LEFT INTENTIONALLY BLANK APPENDIX GC-4A2 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities CITY OF FORT WORTH VCWRF ADbITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO.103011 GC--4®0I Availability ®i Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLMS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 GC-4m®2 Subsurface and Physical Conditions CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 GEOTECHNICAL ENGINEERING STUDY VCWRF ADDITIONAL GAS SERVICE VILLAGE CREEK WWTP TO SLUDGE ONLY LANDFILL CITY PROJECT NO. 103011 FORT WORTH, TEXAS Presented To: balff Associates, Inc. July 2022 PROJECT NO. 11-21-312, (Revised) 111117M 1, t. i Ii J Engineering July 11, 2022 Report No, 117-21-312 (Devised) Halff Associates, Inc. 1201 N. Bowser Road Richardson, Texas 75081-2275 Attn: Mr. Hugo Calderon, P.E. GEOTECHNICAL ENGINEERING STUDY VCWRF ► DDITIONAL GAS SERVICE VILLAGE CREEK WWTP TO SLUDGE ONLY LANDFILL CITY PROJECT NO. 103011 FORT WORTH, TEXAS Dear Mr. Calderon: 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. 21-8115 dated May 19, 2021. The geotechnical services were authorized on December 21, 2021 via Standard Subcontract with Halff Associates, Inc. Project Number AVO 42617. 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 appendix 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 servica at this time. Respectfully submitted, CMJ ENGINEERING, INC. THFUS REGISTRATION No. IL9177 TBPG REGISTRATION No. 50644 (� - 64--1 y- Patrick J. Whalen, P.G. Project Geologist Texas No. 15121 p OF�r���S�l � w DAMES P. SAPPINGTON, IV it I • wt CV' 4TexasNo. ppington IV, P.E. '�'.��•� 7'402 copies submitted: (2) Mr, Hugo Calderon, P.E.; Halff Associates, Inc. (mail and email) CMJ Engineering 7636 Pebble Drive p: 817.284.9400 Fort Worth, TX 76118 f: 817.589.9993 www.cmiengr.com TABLE OF CONTENTS Paqe 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------ 1 1.1 General ------------------------------------- ------------------------------------------------------------------------ 1.2 Purpose and Scope -------- ------------------ ------ --------------------------------------------------------- 1 1.3 Report Format --------------------------- ---------------------------------------------------------- ------- ------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 2.1 Field Exploration-------------------------------------------------------------- -------------------------------- -- 2 2.2 Laboratory Testing------------------------------------------------------- ---------------------------- -------- -- 3 3.0 SUBSURFACE CONDITIONS ----------------------- ------------------------------------- ------- .----------------- 3 3.1 Site Geology------------------------------------------------------------------------.___------------------- 3 3.2 Soil Conditions ------------------------------ ------------------------------------------------------------------- -- 4 3.3 Groundwater Observations----------------------------------------------------------------------------------- 5 4.0 TRENCH 1 BORE EXCAVATIONS--------------------------------------------------------------------------------- 6 4.1 Expected Subsurface Conditions--------------------------------------------------------------------------- 6 4.2 Open Cut ------------------------------ _----------------------- ------------ ---------------------------------------- 7 4.3 Directional Bore Comments (Borings B-2 and B-3---------- 4.4 Trench 1 Bore Pit Dewatering----------------------------------------------------------- --------------------- 8 4.5 Soft Trench Bottom Conditions ------------------------------------------------------ ------------------------ 8 4.6 Excavation Considerations----------------------------------------------------------- ------------------------ 9 4.7 Trench Backfill and Levee Crossing Considerations---------------------------------------------------- g 4.8 Trench Backfill Settlement ------------------------------------------------------------------------------------ 11 4.9 Provisions to Reduce Backfill Settlement ----------------------------------------------------------------- 11 5.0 GENERAL EARTHWORK ---------- -------------- ----------------------------------------------------------------- 11 5.1 Site Preparation & Field Testing----------------------------------------------------------------------------11 5.2 Excavation------ ---------- ---------------- ----------------------------------------------------------- .-----------13 5.3 Soil Corrosion Potential------------------------------------------------------- ----- -------------------------- 13 5.4 Erosion and Sediment Control ------------------------------------------------------------------------------- 13 6.0 CONSTRUCTION OBSERVATIONS 7.0 REPORT CLOSURE APPENDIX A 13 14 Plate Planof Borings-------------------------------------------------------------------------------------- ---------------------- A.1 Unified Soil Classification System -------------------------------------------------------------- ------------------------A.2 Key to Classification and Symbols ---------------------- -------------------------------------------------------------- A.3 Logsof Borings--------------------------------------------------------------------------------------------------------A.4-A.9 Particle Size Distribution Reports ------------------------------------------------------------------------------- A.10-A.11 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of an 8-inch diameter gas pipeline from Village Creek WWTP northward to the Sludge Only Landfill (SOL) with an approximate length of 0.87 mile. Bore crossing beneath the West Fork Trinity River is planned. Otherwise, installation is anticipated to consist of open cut with pipe depth on the order of 5 feet, including traversing atop the existing flood control levees at both facilities. The project vicinity and approximate locations of the exploration borings are illustrated on Plate A.1, 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 and tunneling, 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 field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the location and/or elevations of the proposed pipeline could change. Once the final design is near completion (80-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 7. 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. 117-21.312 (Revised) 0 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 LABORATORY TESTING 2.1 Field Exploration Subsurface materials along the project alignment were explored by six (6) vertical soil borings drilled to depths of 15 to 80 feet. The borings were drilled using truck -mounted drilling equipment using hollow -stem augers or continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.9 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+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free -fall vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. Report No. 117-21-312 (Revised) 2 CMJ ENGINEERING, INC. In select borings, continuous coring was performed at selected intervals in rock and rock -like materials using an NW (formerly NX) size, double -tube core barrel. This care barrel produces a nominal 2-inch diameter core sample_ The core recovery and Rock Quality Designation (RQD) in percent are included in the appropriate column on the logs of borings. The recovered percent is presented first for each core run and the RQD percent is presented immediately beside the recovered percent, in the adjacent column. 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 particle size analyses are presented on Plates A.10 and A.11. 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 project site is located within Quaternary alluvial and terrace deposits overlying the Grayson Marl geological formation. The alluvial and terrace deposits are generally a mixture of fine-grained and coarse materials, which are typically layered with grain sizes increasing with depth. At the surface the clay portions of these deposits can be moderately to highly active. Groundwater is typically present in these deposits, especially in the proximity of a river or creek. In full section, the Grayson Formation is approximately 50 feet thick, relatively uniform, and composed of clays, marls, and limestones. The residual soils of the Grayson are usually deep and highly active, possess low permeability, and generally contain considerable Report No. 117-21-312 (Revised) CMJ ENGINEERING, INC. 3 amounts of gypsum and pyrite. Layers of limestone are relatively thin and occur in the middle to upper portion of the formation. 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. Gravel base material was noted at the surface in Boring B-6 to a depth of 1 foot. Fill and possible fill material were noted in Borings B-1, B-2, and B-6, extending to depths of 3 to 15 feet. The fill and possible fill material consists of dark brown, brown, and gray clays containing iron stains, ironstone nodules, gravel, pebbles, calcareous nodules, and occasional clayey sand seams. Concrete fragments are present within the fill in Boring B-2. Natural soils encountered consist of various dark brown, brown, light brown, light reddish brown, and gray clays, silty clays, sandy clays, and clayey sands. The various natural soils typically contain iron stains, ironstone seams, ironstone nodules, calcareous nodules, calcareous deposits, pebbles, and gravel. Borings B-1 and B-4 through B-6 were terminated within the clay soils at depths of 15 to 25 feet. The various clayey soils encountered had tested Liquid Limits (LL) of 44 to 68 with Plasticity Indices (PI) of 24 to 50, and classify as SC, 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 1.5 to over 4.5 tsf. Tested unit weight and unconfined compressive strength values range from 93 to 124 pcf and 2,160 to 38,010 psf, respectively. Light reddish brown, light brown, and gray clayey sands and silty sands are next encountered in Borings B-2 and B-3 at depths of 37 to 43 feet. The clayey sands and silty sands contain occasional gravel and iron stains and are considered loose to medium dense in consistency with Standard Penetrations test (N) values of 3 to 16 blows per foot of penetration. Report No. 117-21-312 (Revised) 4 CMJ ENGINEERING, INC. Light brown sand and gravel strata were next observed in Borings B-2 and B-3 at depths of 48 to 53 feet. The sand and gravel strata contain iron stains and occasional ironstone nodules and are considered very dense with Standard Penetration test (N) values of 50 to 57 blows for one foot of penetration. Gray clayey shale is next encountered in Borings B-2 and B-3 at 53 feet to 58 feet. The clayey shale is considered weathered and soft to moderately hard (soil basis), with Standard Penetration Test (SPT) values of 5 to 6 inches of penetration per 50 hammer blows. Gray shale is next encountered in Borings B-2 and B-3 at depths of 55 to 60 feet and extends through boring terminations of 80 feet. The gray shale contains limestone lenses and seams in Boring B-2 and exhibits unconfined compression test values varying from 36,440 to 163,270 psf. These values indicate low to moderate values from the viewpoint of rock strength, typical of the gray shale materials. Rock quality designation (RQD) measurements of recovered core samples within the gray shale range from 83 to 100 percent, average RQD values on the order of 93 percent, indicating good rock quality, or generally intact in -situ rock. 3.3 Groundwater Observations Borings were drilled using either hollow -stem or continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in Borings B-2 and B-3 at depths of 28 to 37 feet. Wet rotary drilling methods were utilized below depths of 40 to 50 feet in Borings B-2 and B-3, precluding subsequent accurate water level measurements. Borings B-1 and B-4 through B-6 were dry during drilling and at drilling 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 conditions will vary with fluctuations in rainfall. Seepage near the observed levels should be anticipated throughout the year. Fluctuations of the groundwater level can occur due to seasonal variations 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. Water may be encountered in sand seams/layers, joints, fractures, Report No. 117-21-312 (Revised) CMj ENGINEERING, INC. 5 or permeable seams within the various alluvial deposit soils and should be considered when developing the design and construction plans for the project. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to seasonal changes in ground water and due to the unpredictable nature of groundwater paths. Therefore, it is necessary during construction for the contractor to be observant for groundwater seepage in excavations in order to assess the situation and take appropriate action. TABLE 3.3-1 Groundwater Observations Boring No. Seepage During Drilling (ft.). Water at Completion (ft.) B-1 Dry Dry B-2 37 NIA, wet rotary drilling below 50 B-3 28 NIA, wet rotary drilling below 40 B-4 Dry Dry B-5 Dry Dry B-6 Dry Dry 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 TRENCH I BORE EXCAVATIONS 4.1 Expected Subsurface Conditions The proposed pipeline will be constructed through alluvial deposits overlying the shale of the Grayson Marl geologic formation. This general variability can be seen particularly in Borings B-2 and B-3. Conventional earth moving equipment is expected to be suitable for excavating the overburden clay soils along the relatively shallow, open cut portion of the gas line alignment. Moderately hard (sedimentary rock basis) shale was encountered in Borings B-2 and B-3 below 55 to 60 feet and can be difficult to remove or excavate. Heavy-duty specialized equipment may be required to excavate through the shale materials, particularly if more frequent limestone lenses or seams are present within the shale. Report No. 117-21-312 (Revised) 6 CMJ ENGINEERING, INC. 4.2 Open Cut For excavations less than 5 feet deep through the various soils encountered, it is expected that near - vertical excavation walls will be possible. However, if excavations occur through soft clays, more granular soils, non -compacted fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation 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. All excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P, which requires open excavations greater than 20 feet to utilize a support or shield system regardless of soil type. The design of any trench or excavation safety plans required is the contractor's responsibility. 4.3 Directional Bore Comments (Borings B-2 and B-3) The results of the exploration borings indicate that overburden soils similar to those encountered above approximate depths of 28 to 37 feet in Borings B-2 and B-3 are not anticipated to exhibit unusual caving or sloughing problems during directional bore installation. However, significant zones of more granular material with associated groundwater were noted below these depths and above the gray clayey shales and shales. Thus, caving may occur due to the lower plasticity nature of these materials, likely requiring casing for borehole advancement. In addition, water seepage within sands/gravels can complicate bore/tunnel drilling and should be anticipated based on ground- water observations made in the borings. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. The gray shale stratum encountered below 55 to 60 feet in the borings is considered a soft to moderately hard sedimentary rock and should be amenable for typical bore drilling operations. However, selected zones of hard limestone lenses and seams are present within the shale and can be difficult to penetrate. The proposed tunnel bore crossing beneath the river should be situated a sufficient depth beneath the thalweg to provide adequate tunnel support, rock cover, and excavation stability during construction. The top of the tunnel excavation for the proposed gas line is recommended to be maintained a minimum of 10 feet into the gray shale material. The only method available to confirm the actual depth of the shale directly beneath the thalweg of the West Fork Trinity River would involve barge -mounted drilling equipment. Report No. 117-21-312 (Revised) 7 CMJ ENGINEERING, INC. Readers are cautioned that the materials encountered in the borings may be different than those encountered immediately below West Fork Trinity River. Access to the base of West Fork Trinity River with a geotechnical drilling rig was not possible and barge -mounted borings were not included in this work scope. Alluvial and Fluviatile deposits are well-known for variability with vertical and lateral extent. The sandy soils will vary in depth, and the potential for water seepage in more granular zones also will vary with climate, rainfall events, and depths/thickness of more permeable soils. It is recommended that the bore/tunnel contractor be made aware of these potential variabilities. A contractor experienced in tunneling in the alluvial deposit (granular) materials will understand the ramifications of the above discussion. Should unusual conditions be encountered during the construction phase and/or different materials than encountered in the borings exist, it is recommended that CMJ Engineering, Inc. be retained to view the variable conditions and comment, as appropriate, on the ramifications thereof. 4.4 Trench 1 Bore Pit Dewatering 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 the construction of the proposed utility line. 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 bases of the excavations 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. In the event that water infiltration rates are high, as may be the case where sand strata are encountered, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.5 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural clays, but soft conditions may occur, especially in areas where groundwater is present. Unstable trench bottoms are considered to be unsuitable for support of the pipe. Soft clays could occur where existing fills or groundwater are 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: Report No. 117-21-312 (Revised) CMJ ENGINEERING, INC. 8 Under -cut to a suitable bearing subgrade and replace 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. 4.6 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. Any replacement pavement structure (concrete, asphalt, base course material, or stabilized subgrade) should extend a minimum of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. 4.7 Trench Backfill and Levee Crossing Considerations 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 coarser embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. We understand the southernmost portion of the alignment will cross over top of the existing levee at the Village Creek Wastewater Treatment Plant. For that portion of the pipe within 50 feet of the levee on both the landward and river sides, and on the levee itself, it is recommended that Report No. 117-21.312 (Revised) CMJ ENGINEERING, INC. 9 bedding/embedment material be placed 6 inches below the pipe, and up to the springline of the pipe only, in accordance with USACE EM 1110-2-1913, Design and Construction of Levees, Chapter 8. In addition, the trench sidewalls within this zone should not be vertical. It is recommended to slope the excavation sidewalls at a maximum of 1H:1V and a minimum of 1-foot of soil cover should be provided. Bedding material may consist of gravel/stone from 1 inch to No. 10 sieve size. For that zone within 50 feet of the levee and atop the levee, bedding material is recommended to consist of a "fine" gradation such as NCTCOG 504.2.2.1, Fine Crushed Stone — Aggregate Grade 8 or similar material. Gravel should be consolidated upon placement by nodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 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 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). In areas within 50 feet of or atop the existing levee, backfill should be compacted in maximum 6-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). Trench backfill in excess of 10 feet deep should be compacted at a minimum of 98 percent of the standard proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. ,letting 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 stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. This measure is not recommended within 50 feet of or atop the existing levee. Report No. 117.21-312 (Revised) 10 CMJ ENGINEERING, INC. 4.9 Trench Sackfill 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 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. 4.9 Provisions to Reduce Sackfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench back -filling 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 100 linear 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. As noted above, in areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be topped with a suitable geotextiie to limit the intrusion of fines into the crushed stone material as previously discussed. 5.0 GENERAL EARTHWORK 5.1 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 Report No. 117-21-312 (Revised) CMj ENGINEERING, INC. 11 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 D4253 and D4254. 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 above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 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 required. 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 quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Report No. 117-21-312 (Revised) 12 CMJ ENGINEERING, INC. 5.2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines, or other facilities, which 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 provided, 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 including, but not limited to, OSHA regulations. 5.3 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. 5.4 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. 6.0 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 Report No. 117-21-312 (Revised) CMJ ENGINEERING, INC. 13 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. 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. 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 arid on the boring logs. It should be noted that fluctuations in the level of the groundwater table can occur with passage of Report No. 117-21-312 (Revised) CMJ ENGINEERING, INC. 14 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 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. Report No. 117-21.312 (Revised) 15 CMJ ENGINEERING, INC. 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. 117-21-312 (Revised) 16 CMJ ENGINEERING, INC. i I s _ T Buying Li3c6lakili k' P7MATE 3L,ALE '.SOURCE: GOGGLE EARTH, 21021; IMAGERY DATE: 121312019 ' PLAN OF BORINGS —10C mf ENGINEERING, INC. VCWRF ADDITIONAL GAS SERVICE VILLAGE CREEK WWTF CMJ PROJECT No. 117-21-312 FORT WORTH, TEXAS .0. PLA TE A.1 Major Divisions Gym. Typical Names Laboratory Classification Criteria m 21 m N C:'m � 0 c m r_ o o U 0 U y d > v > > N U o ° Z N p C cv ° o r y= E m Z c *, ni o > 2 ° U o a. O¢ cro L O O E C U E W M C O O p m w m � > v � Noam C ID N -a cap O N O ° z y C a ca ca E .0 L @ ip C -p ° in a a 0 LO G in cc N y a Ch C ro.1= E N cn Ci cn cs Z- C m v N L Q) N E N C en O LO c CD N ma) iL E U @ o v a� m o� � — E yvi a C Cr b J 2 y Well -graded gravels, gravel- D (n30)Z GW sand mixtures, little or no h Cv 80 greater than 4: Cc=- ---- between 1 and 3 fines O 010 D10 X d80 m a U �' to a Poorly graded gravels, gravel E GP sand mixtures, little or no rn y Not meeting all gradation requirements for GW fines �; o U Silty gravels, gravel -sand -silt �; ,� :� Liquid and Plastic limits "A" Liquid and plastic limits GM mixtures ? 7 Cr below sine or P.I. plotting in hatched zone u .R cn greater than 4 between 4 and 7 are 0 o N C) .c y Liquid and Plastic limits borderline cases GC Clayey gravels, gravel -sand- above "A" line with P.I. requiring use of dual clay mixtures 2 z° :Ei greater than 7 symbols m o (b o Well -graded sands, gravelly "' � ' °� E) fb3012 SW sands, little or no fines > E C� p W greater than 6: Cc= b D — between 1 and 3 c C7] ° 10 x 10 e0 Poorly graded sands; M SP gravelly sands, little or no Not meeting all gradation requirements for SW fines co m ° O Q N n4 Silty sands, N o, 0 In U ro ' Liquid and Plastic limits SM nnidt resnd-silt ° N E r below "A" line or P.I. less Liquid and plastic limits CL o p than 4 plotting between 4 and 7 a o are borderline cases Liquid and Plastic limits requiring use of dual SC Clayey sands, sand -clay € above "A" line with P.I. symbols mixtures m 0 greater than 7 ❑o0 Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity sc - Inorganic clays of low to CL medium plasticity, gravelly clays, sandy clays, silty 50 clays, and lean clays OL Organic silts and organic silty 4C clays of low plasticity x _C � 3n� Inorganic silts, micaceous or 33 MH diatomaceous fine sandy or a silty soils, elastic silts 2C CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silts Pt Peat and other highly organic soils CL 1C a,4�i y MLaid OL 0 1VV� 0 10 20 30 40 OH and MH 50 60 70 80 90 100 Liquid Lirrit Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL -OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE m Q ®� SAND ®® SANDY _ SHALE o®oo o -- SILT I I SILTY SANDSTONE /HIGHLY CLAYEY CONGLOMERATE PLASTIC CLAY Shelby Auger Split Rock Cone No Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained SODS (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 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance: Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded 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 Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard 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 Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. 117-21-312 B-1 Location See Plate A.1 Completion Completion Depth 15.01 Date 3-10-22 Surface Elevation Project VClNRF Additional Gas Service cMJ ENGINEERING INC. Village Creels WWTP - Fort Worth, Texas Water Observations No seepage encountered during drilling; dry at completion Type CME 75, w/ CFA Stratum Description U u1 CLAY, dark brown, wl iron stains and occasional clayey sand seams, ironstone nodules, gravel, and calcareous nodules, hard (possible rill) SILTY CLAY, dark brown, wl ironstone seams and occasional ironstone nodules, calcareous nodules, and pebbles, hard - grades brown and light brown below 12' d O7 D N z d C LL F U m r�� a 3 � y> �='cOiE� mx �U a� Ci o�,U) tr maw w ain vE JJ mE d� mo a5 00 �U c.0 > co0 �Va 4.5+ 13 4.5+ 16 4.5+ 11 4.5+ 44 18 26 12 4.5+ 16 110 225501 1 4.5+ 17 1 4.5+ 17 I 4.5+ 46 16 30 18 LOG OF BORING NO. Bd1 PLATE AA Project No. Boring No. 117-21-312 B-2 Location See plate A.1 Completion Completion Depth 80 0' Date 3-10-22 Surface Elevation Project VCWRF Additional Gas Service CXff ENGINEERING INC. Village Creek WWT1P - Fort Worth, Texas Water Observations Seepage encountered at 37' during drilling; wet rotary drilling below 50' Type CME 75, w1 HSA o iu 0 Stratum Description CLAY, brown and dark brown, wl iron stains and occasional concrete fragments, ironstone nodules, and gravel, stiff to hard (FILL) CLAY, dark brown, wl iron stains and occasional pebbles, calcareous nodules, and ironstone nodules, hard - wl calcareous deposits above 4' - grades brown below 7' -very stiff below 19' SILTY CLAY, brown and gray, wl iron stains, ironstone seams, and occasional gravel and calcareous nodules, stiff to very stiff CLAYEY SAND 1 SILTY SAND, light reddish brown, light brown, and gray, wl occasional gravel, loose z :�a+A„_,� SAND AND GRAVEL, light brown, wl iron stains 0 C �� D o LL tL 0 r 6 'N� z� y OU � ci a mlr 3C� r_ N> v 5= o' o in-" «�� d N C r- dN �Ej w of mU? o_cn �_J a_J a c 20 .� coo DU4. 2.5 17 1 4.25 65 22 43 22 1 4.5+ 18 1 I 4.5+ 16 1 1 4.5+ I 16 I I I 4,5+ 98 59 17 42 16 I 4.5+ 17 a —" and occasional ironstone nodules, very dense om —55—� LL 0 a LOG OF BORING NO. 13-2 Continued Next Page J 4.5+ 3.26 3.25 1.5 17 112 9940 21 95 5220 25 I I 22 103 28701 3.25 94 49 16 33 22 1 1.5 3 4 30 57 I I I I 21 106 25601 1 1 1 1 20 1 1 1 1 1 17 1 I I I I 10 1 I PLATE A.5a Project No, Boring No. 117-21-312 B-2 Locatio n See Plate A.1 Completion Completion Depth 80.0' Date 3-10.22 Surface Elevation o (n 4 ) m ❑ M Project VCWHF Additional Gas Service CM] ENGINEERING INC. — Village Creek WffrP - Font Worth, Texas Water Observations Seepage encountered at 37' during drilling; wet rotary drilling below 50' Type CME 75, wI HSA Stratum Description 0 7 4 O N Z c � C li � .y ) 4 _ OU U ❑ Naf 7r C ]����? _ Nu ol - aai C V o U E w J � of ma_F- aN JJ 0.J a. o gU a Z)J coa o Z)UIl. SAND AND GRAVEL, light brown, wl iron stains and occasional ironstone nodules, very dense (continued) CLAYEY SHALE, gray, weathered, moderately hard 5015" SHALE, gray, w/ occasional limestone lenses and 83 83 seams, moderately hard to hard 96 96 100 96 100 95 16 122 36440 134 86570 LOG OF BORING NO. B-2 PLATE A.5b Project No. Boring No. Project VCWRF Additional Gas Service CMJ ENGINEERING INC. 117-21-312 B-3 Village Creep WWTP - Fort Worth, Texas Location Water Observations See Plate A.1 Seepage encountered at 28' during drilling; wet rotary drilling below 40' Completion Completion Depth 80.0' Date 3-12-22 Surface Elevation Type Cli E 75, w! HSA LL o m A Q y Strat1,Ifii'1 Description CLAY, dark brown, wI iron stains, and occasional gravel, calcareous nodules, and ironstone nodules, stiff to very stiff - grades brown, hard below 6' SANDY CLAY, light brown, wl Iron seams and occasional ironstone nodules and calcareous nodules, hard - wl calcareous deposits below 18' -stiff below 23' SANDY CLAY I CLAYEY SAND, gray, wl ironstone seams and occasional gravel, shaly clay seams, and Ironstone nodules, stiff CLAYEY SAND I SILTY SAND, light brown, wl iron stains and occasional gravel, medium dense 0 a7 O .0 a N Q u _ Zi LL C� -p . �. Z m V) omu? �E m� «N W G a o' cpo was o cn vE �� a� FL'U oo con 2.0 25 2.5 61 18 43 28 93 22601 3.5 24 1 4.5+ 53 15 38 14 I 4.5+ 12 124 38010 SAND AND GRAVEL, light brown, wl iron stains " and occasional ironstone nodules, dense to very dense CLAYEY SHALE, gray, weathered, soft to —5 moderately hard LOG OF BORING NO. B-3 Continued Next Page 4.5+ im 4.5+ 65 48 24 24 13 2.0 12 113 21601 11 67 6 16 38 15 17 50 5016" 26 26 16 16 19 19 PLATE A.6a Project No. Boring No. 117-21-312 B-3 Location See Plate A.1 Completion Completion Depth 80.0' Date 3-12-22 Surface Elevation ENGINEERING INC. - Project VCVVRF Additional Gas Service CM J Village Creek VVVVTP - Fort Worth, Texas Water Observations Seepage encountered at 28' during drilling; wet rotary drilling bellow 40' Type CME 75, wl HSA u 4 0 E Stratum Description 1 SHALE, gray, moderately hard to hard --70-- - ---------------------_ 01 Ol O-0 N Z c j C LL �•NN LL 07 \ � N 7: 7 C t17 N U N� 7i C O(L) uj 7 •3' 5" 5 N C /j1 !' N U E L C'J mdF- MN 6E a.F0 �_7 c�E IL-J �� a- 00 20 C� �� COO 00n- 95 95 122 163270 93 83 G i 100 100 i 100 100 130 40390 E LOG OF BORING NO. B-3 PLATE A.6b Project No. Boring No. 117-21-312 Bd4 Location See plate A-1 Completion Completion Depth 15.0v Date 3-10-22 Surface Elevation Project CMJ ENGINEERINC rrrc. - VCWI�E Additional Gas Service Village Creek WWTP - Fort Worth, Texas Water Observations No seepage encountered during drilling; dry at completion Type CMF 75, wl CFA o a 0 Stratum Description CLAY, dark brown, w/ iron stains and occasional ironstone nodules, calcareous nodules, and pebbles, very stiff to hard - stiff above 1' - grades brown below 14' ------------------------- 0 QI N I iL u c 410 C.1� co U O N� 7 U�_ 7'— N- V N N z ate. H C in E 0 w tY Ir maF- ro au� JJ aiD a P-U » 0 DUo_ 1.75 25 3.5 24 4.5+ 22 4.5+ 19 4.5+ 22 4.5+ 99 67 17 50 22 4.5+ 22 104 8200 3.75 20 LOG OF BORING NO. B-4 PLATE Al Project No. Boring No. 117-21-312 B-5 Location See Plate Al Completion Completion Depth 15.09 Date 3-10-22 Surface Elevation Project VCWRF Additional Gas Service CMJ ENGMERINc uvC. Village Creeks WWTP - Fort Worth, Texas Water Observations No seepage encountered during drilling; dry at completion Type CME 75, wl CFA Stratum Description P U w o± PLAY, brown and dark brown, w/ iron stains and occasional ironstone nodules and gravel, very stiff to hard - stiff above 2' - wl occasional calcareous nodules below 4' - grades light brown below 5' W N _ C it o u- 0)' a o C - N NN 0. r-o lr: � 0 C of ma H a(n a-� a S gU Z)� Z)Ua.. 2.5 22 2.5 23 4,5+ 21 4.5+ 59 16 43 18 4.5+ 17 112 1744C 4.5+ 4.5 4.0 18 68 19 49 18 19 LOG OF BORING NO. B-5 PLATE A.8 Project No. Boring No. 117-21-312 B-6 Location See Plate A.1 Completion Completion Depth 2 a. Date 3-10-22 Surface Elevation Project 1lCWRF Additional Gas Service CMJ ENGINEERING INC. - Village Creep WAITP - Fort Forth, Texas Water Observations No seepage encountered during drilling; dry at completion Type CME 75, wl CFA � d ❑ to N Stratum Description GRAVEL BASE. 1 foot thick CLAY, dark brown and brown, w/ iron stains and occasional ironstone nodules and pebbles, very stiff to hard (FILL) - w/ calcareous nodules, 4' to 5' -stiff below 7' - gray below 9' CLAY, dark brown and gray, wl ironstone seams, shale seams, and occasional ironstone nodules and gravel, stiff to very stiff o - al O CN z C W O a o N Ca j U O ] = UU ;= ism N❑ p C W C.� LLL. O U7 �% 10 a� N E 10 'O .Nc 00 N CQ C O O [04s- MF5 JJ CLJ CL U 7)J 7)06- 3.5 25 4.5+ 62 22 40 20 4.5+ 18 3.0 20 111 7320 2.5 23 100 4660 2.75 92 61 21 40 26 97 3.25 3.25 2.25 25 98 3800 26 95 24 11 O o LOG OF BORING NO. B-6 PLATE A.9 W W Z u- r Z u 0-1 0 0 Particle Size Distribution Report 0 0 0 o d v a e6 P'l N 4 UR 9 a W 3# u 100 i I I I i l li I I i I I �L 90 I I I I I f i f i l l l l I I I I I I I I I I I I I eo-_— I 1{ I I I 1 1 I I I I I ! I 1 1 1 I I I I 1 1 1 l l 70 —_ _i ! ! 1 - t -1- I I —f ....r -1� rt - - - - 1 I I I I I I I l l l{ I 1 1 I I I I I I I I I I I I I I I I[ I I I I I l l i l l I I I I I I I I I I I 40 I -- } —C 1 1 I I I I I I I I I I I I I I I J I I I l i 30— I I I I I 1 I 1 1 1 I I I I I I I I I zo I I I I I I{ I I [ I I ( I I I I I 10 I! I I l l l l l I I I I I I I I I I 1 1a y 0' 51 0101 GRAIN SIZE - mm. % 4.3„ % Gravel % Sand Coarse Fine Coarse Medium Fine 0.0 0.0 010 0.2 0.4 5.3 LL PL ---0' .�Y 49 16 00434 0,0125 0.0061 - o Depth: 34-35 Material Description Sample Number: B-2 GMJ ENGINEERING, INC. Fines slit 47.1 DI-k+ DIn USCS Ct. Clay 47.0 Cu . AA;SHT© A-7-G(33) Fort Worth, Tends PLATE A.10 Particle Size Distribution Report O U C C C O O O O O O Vr 4 100 s0 [ ! I I I I I f I I I I I I 80 I I I I I I I I I I I I I I I 70 I I I I I I I I w 60 z I I I I 1 1 1 1 1 U. 50 I - —� -- I- -H ►- H -I--i a= I I I I ! I I I I I I a 40 I I I I I I l l i l sa I I I I I I I I I I ! I I I I l l I 20 �u 10 - I I I [ 1 I II I I 1 I I I I I I I I I I I I - I 0-0 6':L___ 0.ii 006, GRAIL SIZE - mm. % +3" % Gravel % Sand % Dines _ Coarse Fine Coarse Medium Fine Slit Clay 0 0.0 0.0 0.3 0.0 11.3 71.2 10.8 6.4 0 NIA NIA 0.3 71 0.2281 0.1876 0.1184 0.0668 0.0438 1.41 5.21 Material description USCS AASHTA 0 Remarks: o Deo: 43.5-45 ;sample gumber: B-3 CIVIJ ENGINEERING, INC. PLATE A.11 Fort Worth, Texas , THIS PAGE LEFT INTENTIONALLY BLANK GC-4o04 Underground Facilities CITY OF FORT WORTH VCWRF ADDITIONAL GAS DINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLAND The Rios Group 7400 Sand St. 0 Fort Worth, TX 76118 THE: GROUP (817)345-7500 Project Name: VCWRF Proposed Bio-Solids Client Name: Halff Associates TRG Proj. Number: HALF2103.00 .i p Manager: J.T. nicians: M.G., D.O. ium Excavation Truck/Trailer: VT-7 Ignating Truck: T-19 Test Flvle R Utiliky Size, U#IJlty Utility Depth tu Test Hole Specific Notesllocatlons}Etc O.D. materiui Type of Utility (lK e5J {Refer to (Refer to (Feet) Legend) Legend) 1 84* FG SAN 10.W; Unable to measure diameter due to rock 2 8* UNK PL UN ms; unable to dig past 21.30; target utility not found 3 36 STL W 5.61W 4 6 STL G 5.9�te S ;Performed; no evidence of utility found in field 6 (2)-2 PE E 3.5� J �- 7 1 !performed; no evidence of utility founu in veld i 8 !performed; no evidence of utility found In Meld 9 12 DI SAN 2.5 W 10 12 DI SAN 2,4JW 11 12 DI SAN 2.21W 12 8 STL PL 4.7� Energy 13 78 CONC T 2.7�ate; Pinned east edge of 78" wide concrete duct 14 78 CONC T 2,1�ate; Pinned west edge of 78" wide concrete duct 15 52 CONC E 2.5�te; Pinned east edge of 52" wide concrete duct 15A 52 CONC E 2.3�ate; Pinned west edge of 52" wide concrete duct 16 6 PVC SAN 5,6�te; pipe diving in southwest direction from cleanout 17 102 RCP SAN 5.76te 18 j-'e notes below 19 34 CONC E 2.9 te; Pinned west edge of 34" wide concrete duct 19A 34 CONC E 3,0�te; Pinned east edge of 34" wide concrete duct Notes: *Per records; **On TH-18, probed to depth Utility Materials: STL - Steel Pvc - Polyvinyl Chloride PE - Polyethylene ABC - Direct Buried Cable AC - Transite RCP- Reinforced Concrete PipE cl- Cast Iron vc -Vitrified Clay of - Ductile Iron FG - Fiberglass Prepared By: T. Habenicht (Surface Types: A -Asphalt B - Brick c - Concrete NG - Natural Ground Sheet: 1 of 1 FQ ..g H�" LFF , Utility Conflict Matrix AVO: 42617.001 Pm*[: VCWRF Addllonal Gas Service far BwSolids DrAR Pacillty GIk41: Ci warFal Wanh Mp I STA 94" rsw I LadASEE Cl my NMI Aelvr eR-nard ijsa .fpM u Cw.I - l tle3f0 NIA CUM N1A 2nluown�lw wr.•mr. _ 2 0+25 NIA �AS LNE 12"WATERLINE COFW _ -NIA _ U III 3 4 0+57 046 VA RCPSTORM _ COFW COFW _^_ Mnk—wmM olh 3 'Al -aft NIA GOFW Unkaownq r� 6 3+26 NIA UGE COFW Unknbw+l i e 7 2+00 NIA UGE COFW _ Uatmuwvdsmlaaa 8 t;d9 -2.986 UGEDUCT'BANK TOP=470.61' CHEW 9 2+87 NIA 24' WASTEWATER YES COFW Ct dd acl Dnd 11. darta8lnrel A watiwi 10, 3.11 NIA 8"WATER COFW nW�paaldeoth 11! 3+33 NM VARIOUS UGE COFW Uok—sim/depl6 121 3+54 NIA WATER ICOFW 1 IrtjyFAAtbp [,iw 131 3-55 NIA UGE COFW Unlmwm sWJdntb 14 3+93 N1A WATER FIXIA.IrtS�lioaf I1 15I 4+70 MA LUTE COFW Uet.mwosfarlZk is 6+39 NIA WI1, TER ICOFW Uo1�a�asaoldenlb 17 7+75 -5.11ft IO2'EFFLUENT LINE TOP-458.75' ICOFW I 18 7+54 NM WATER ICOFW I Uokormvsiadr!�y Ib 19 7+55 NIA 36" PEAK FLOW MANAGEMENT L04E YES ICOFW I Cmdd wt fmd I{nc dvdng Iacl A Exotprmiov 20 7+68 NIA WATER ICOFW 1 21 7+74 -23R U VDU RAMC TOP=472.Ir' COLW I 221 7+81 1 -2769 UMhf DucrenNx TOP=47L82' 17FW I 231 8+0I I NM ATER bFW I IrriyAuan Llpe 1 24 8+D6 I N7A WATER COFW I ]n%mtloo l.foc 1 23I 5�58 1 -4-719 �1{,, K nlEll ENERGY GAS LANE TOP=469.31V ENERGY Umhte 1n—h Rea I I 26 11+97 I NIA WATER IX Ircipatlan Um I 27 13+04 I WA WATER COFW I 28 19+89 1 -3.06 24' WASTEWATER COFW 29 2111: 1 NIA WATER 1COFW lMpalloa l3pe 30 21+71 1 -3.011 Z4'WASI'EWATER ICOFW I 31 23+00 I -Z.5R 2-12" WASTEWATER YES ICOFW I Covld out Md Ilve during I�cl A Fspltemimr 32 25+47 I -2.5fl 4- W R TOP-469.00' ICOFW I 1 33 25*78 I MA ICOFW I 34 Z6+D4 I 3.50fl 1� TOP=484.33' 1COM I 35I 28+1Z I VA 1Ir WASTEWATER ICOFW I Cmdd wt I-w 361 26+39 I 5.989 6"GAS TOP=474.30' COFW I .171 27+Z6 I N1A ++ WATER YES ICOFW I 381 27,94 1 SAW[ }6' WATER TOP=467.31' COFW I WIIEe Ise No ve-dt. wiu peed Wiffi- 39 MIN -35ft 8' WILLU MS GAS LINE WIILIAh1S p1PELLNE Willie.Lec4rw01;a.�a.rnm reprasenlaliva onsite when cmuin8tbe Could out Ie aSc 682-730-4SED nioeline 401 28+31 I I0.26ft 84"PEAK PLOW MA E 11��TT {�f�,�. TOP=462.85' ICOFW 4ll 53+6T I -loft 94' PEAKFLOWMA�NT LINE NO ICOFW I Crmine under pliltivvdlh bare 421 58+67 1 NIA 12"WASTEWATER ICOFW I C-dervwiwr hbwe 431 59+15 1 VA 1Z"WASTEWATER ICOFW I C�jpimdarvh7llpMlh 7me 441 59+40 1 NIA 12"WASIEWA37ER ICOFW I Q-Iftu llervtmm llkb— d5l 30+65 I WA 12"WAS7'EWATER ICOFW I 6mstoA uniar101avMlk lrwe TIRS PAGE LEFT INTENTIONALLY BLANK GC©4o06 Hazardous ]Environmental[ Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK GC-6a06mD Minority and Women Owned Business ]Enterprise Compliance CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised July 1, Z011 CITY PROJECT NO. 1030I1 THIS PAGE LEFT INTENTIONALLY BLANK City of Fort Worth Business Equity Utilization Form and Disadvantaged Business Enterprise' Utilization Fortin (Applicable to Federally -Funded Proiects Only) PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: PROJECT NUMBER: BID DATE: City's Business Equity Goal: (Check if addressing DBE Goal) Check all applicable be 4o describe ❑ Not Certified MBE Prirne[Offreror/Owner's Classification: Certifying Agency: ❑ NCTRCA E]DIFW MSDC []TX DOT Ethnicity: ❑African American 1-1 Hispanic Caucasian WBE DBE ❑ WBCS Other. ATTACHMENT 1P Page 1 of 4 Offeror's Business Equity (or DBE) % lCor1' mitment: HUB ❑VOSB Section 3 ova Asian ❑ Native American Gender' Dale Demale DNon-Binary Definitions: Business Equity Firm: Certified MBE Minority 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 this form, in its entirety, and received by the Purchasing Division no laterthan 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity Firms listed toward meeting the project goal must be located in the three (3) county marketplace at the time of bid or the business has a Significant Business .Presence in the Marketplace. The marketplace is the Citv of Fort Worth including Darts of Denton. Parker, Wise. and Tarrant. Dallas. and Johnson counties. Certification means those firms, located within the Marketplace, that have been determined to be a bona -fide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (DIFW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror 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 Equity 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-BEs, including owner -operated, but will only receive credit for the fees and commissions earned by the BE as outlined it the lease agreement. (Vote: For DBE Goals, 60% of the services count towards the goal. Please see below. Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 400 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, 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 supplies delivered to the job site_ In all cases, the Offeror is responsible to identify the amounts to be used toward the committed DBE goal. r=frPr tiva n vn i 19nq i FORT WORT 1 I. ATTACHMENT 1A Business Equity Utilization Form Page 2 of Please note that only certified Business Equity Firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity Firms. Prime contractors must identify by tier level all subcontractors/supp[iers. Tier: means the level of subcontracting below the prime contract or/consultant i.e. a direct payment from the Prime contractor to a subcontractor is considered list tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity Firms. The prime contractor is responsible to provide proof of payment of all tiered sub- contractors/suppliers identified as a M/WBE and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAILS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box nif certified Prime Contractor services will be counting towards the Business Equity contracting goal, Please list services first below_ NAMES AND ADDRESSES OF CONTRACTORSISUPPLIERS TYPE OF SERVICESISUPPLIES TO BE PROVIDED Specify Certification Tier fication Agency Gender and Ethnicity: Business Warne: Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary Address: ❑ D/FW MSDC ❑A#rican American ❑Hispanic ❑NCTRCA Phone: Email: $ AMOUNT: ❑TXDOT ❑WBCS ❑ Asian -]Caucasian ❑Native ❑ Other: Contact Person: American Business Name: Type of Service/Supplies.- Certified By: ❑ Male ❑Female ❑Non -Binary ❑ DFW MSDC Address: ❑ NCTRCA ❑African American ❑ Hispanic Phone: Email:$AMOUNT: ElTXDOT ❑WBCS ❑ Asian ❑ Other: ❑ Caucasian ❑ Native Contact Person: American Business Name: Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑Non -Binary Address: ❑ DFW MSDC ❑ NCTRCA ❑ African American ❑ Hispanic Phone: Email: $ AMOUNT: ❑ TXDOT ❑WBCS ❑ Asian ❑ Other: ❑ Caucasian ❑ Native Contact Person: American Effective 01/01/2021 FORTWORTH 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 CONTRACTORSISUPPL.IERS TO BE PROVIDED 'Tier Business Name: Type of Service/Supplies: Address: Phone: Email: Contact Person: Business Name: Address: Phone: (Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Erman: Contact Person: AMOUNT: ATTACHMENT IA Page 3 of 4 Certification Agency Gender and Ethnicity: Certified By: ❑ Male ❑Female ❑ Non -Binary ❑ pIFW MSDC (❑African American ❑ Hispanic ❑NCTRCA Asian ❑TXDOT ❑WBCS ❑Caucasian ❑ Native ❑Other: American Type of Service/Supplies: - Certified, By: El Male ❑Female ❑Non -Binary ❑ DFW MSDC ❑ NCTRCA ❑African American ❑Hispanic $ AMOUNT: El TXDOT ❑WBCS ❑Asian ❑ Other: ❑ Caucasian ❑ Native American Type of Service/Supplies: Certified By. ❑Male ❑ Female El Non -Binary ❑ DF=W MSDC ❑ NCTRCA ❑African American ❑Hispanic S AMOD N T: ❑ TXDOT ❑ WBCS ❑ Other: ❑ Asian ❑ Caucasian ❑ Native American Type of Service/Supplies: Cartiffoed By: ❑ Male i❑ Female ❑Non -Binary ❑DFW MSDC African American ❑ NCTRCA ❑ ❑Hispanic ;} AMOF. NI : ❑ TXDOT ❑ WBCS ❑ Asian ❑Other: ❑ Caucasian ❑ Native American Effective 01/01/2021 ATTACHMENT IA Page 4 of 4 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prune/Offeror Services towards contract goal Total Dollar Amount of (Business Equity (DBE) Subcontractors/Suppliers Total Dollar Amount of Ion -Business Equity Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS The Prime/Offeror 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/Offeror 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/Offeror 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/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the 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 Printed Signature Contact Name and Title (if different) Phone Number Email Address Cate Department of Diversity and Inclusion - Business Equity Division Entail. DVIN_BEOffice@fortworthtexas.gov Effective 01101/2021 PORT WORTR City of Fort loath Business Equity Division Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or' more, then a Business Equity contracting goal is applicable. A Business Equity Firms refers to certified Minority-, andlor Women-, owned Business Enterprises (M/W.BE). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Equity Ordinance No.24534-11-2020 apply to this bid. BUSINESS EQUITY GOAL The City's IMMSE goal on this project is (If federally funded) The City's DBE goal on this project is _ % of the base bid value of the contract. % of the base birl value of the. cnntract_ A Business Equity Prime Contractor can count it's self -performance services towards meeting the Business Equity Goal for the assigned NAICS commodity codes on their MBE or WBE certification. If the Business Equity Prime Contractor cannot self -perform all of the work, it will be accountable for subcontracting with certified Business Equity firms to meet the overall goal. COMPLIANCE TO BID SPECIFICATIONS On City contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the following methods: 1. Business Equity subcontracting participation, or; 2. Commercial useful function services performed by the Business Equity Prime to count towards the goal, or; 3. Combination of Business Equity Prime services and Business Equity subcontracting participation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faith Effort documentation, or; 6. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must be received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered responsive to the specifications. The offerer shall deliver the Business Equity documentation in person (or email if designated within project specifications) to the appropriate employee of the Purchasing Division and obtain a datettime receipt Such receipt shall be evidence that the City received the documentation in the time allocated, Documents are to be received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. Faxed conles will not be accepted. The Offeror must submit one of the following documentation: 1- Utilization Form, if the goal is met or exceeded, 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished, 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities, 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. These forms can be found on-line at: https://apes.fortworthtexas.gov/ProjectResources/. FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSINESS (EQUITY DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE (FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Business Equity Division at (617) 392-2674. Department of Diversity and Inclusion Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov F�ORT WORTH•. i PRIMElOFFEROR COMPANY NAME: PROJECT NAME: City's Business Equity Goal City of Fort Worth Business Equity Division Prime Contractor Waiver Form Offeror's Business Equity Project Commitment: % ATTACHMENT 113 Page 1 of 1 Check applicable box to describe Prime/ Offer is Certification LJ Business Non -Business I Equity firm BD� EEquity firm PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and provide a detailed explanation. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasinq Division no later than 2:00 o.m., on the second Citv business day after bid oueninq, 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? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business_ YES NO YES NO The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including Business Equity firms on this contract, the payment thereof and any proposed changes to the original Business Equity firm 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 by the Business Equity firms on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Prime/ Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/Statelzip Printed Signature Contact Name (if different) Phone Number Email Address Date Business Equity Division Effective 01/01/2021 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 FORT WORTH, Joint Venture CITY OF FORT WORTH Page 1 of 3 Joint Venture Eligibility Form All questions Hurst be answered; use "MA"ifnot applicable. Name of City project: A joint venture form must be completed on each project UPBid/Project Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: E-mail: Fax: Identify the Firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture Business Equity Non -Business Firm Name: Equity Firm Name: Business Firm Business Firm Contact Name; Contact Name: Business Business Address: Address: Telephone: I Fax: Telephone: Fax: E-mail: Certification Status: Name of Certifying Agency: E-mail: 2. Scope of work performed by the Joint Venture: ] Describe the scope of work of the Business Equity firm: Describe the scope of work of the non -Business Equity firm: Effective 01 /01 /2021 Joint Venture Page 2 of 3 3. What is the percentage of Business Equity firm participation on this joint venture counting towards the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the Business Equity percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance. Effective 01/01/2021 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of Business Equity Firm: Name or Non -Business Equity Firm: Name of Owner: Signature of Owner Printed Name of Owner Signature of Owner Title Date State of On this day of Name of Owner: Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization County of and , 20 , before me appeared to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Business Equity Division Email: DVIN—BEOffice a@fortworthtexas.gov Phone: (817) 392-2674 FORT WORTH City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Business Equity Goal: Offeror's Business Equity Goal Commitment: Check applicable box to describe Prim elOfferoes Certification TFBusiness Equity Non-Busines- _irm Equity Flrm BID DATE PROJECT NUMBER F the Offeror did not meet ar exceed the Business Equity Goal for this project, the PrimelOfferor must complete is 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 second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity 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 01/0112021 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. ❑ Yes ❑ 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? ❑ Yes (If yes, attach list to include name of Business Equity 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? ❑ Yes (If yes, attach list to include 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. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the ❑ No 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? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, If an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the ❑ No email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render 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 one 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? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? ❑ Yes ❑ No Effective 01101/2021 ATTACHMENT 1C Page 3 of 4 3.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (if yes, attach all copies of quotations.) ❑ No 9.) was the contact information on any of the listings not valid? (if yes, attach the information that was not valid in order for the Business Equity Division to address Yes 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/Offeror 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 PrimelOfferor 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 boobs, 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 Bidder or Contractor who intentionally and/or Knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 0110112021 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 `I 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 Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 01/0112021 THIS PAGE LEFT INTENTIONALLY BLANK GC-6007 Wage Rates CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1. 2011 CITY PROJECT NO. 103011 THIS PAGE LEFT INTENTIONALLY BLANK 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17A9 Excavator Operator, Over 50,000 pounds $ 16,99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 THIS PAGE LEFT INTENTIONALLY BLANK GC-6o09 Permits and Utilities CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised Juty 1, 2011 CITY PROJECT NO, 103011 THIS PAGE LEFT INTENTIONALLY BLANK DEPARTMENT OF THE ARRAY U.S. ARMY CORPS OF ENGINEERS, FORT WORTH DISTRICT P. O. BOX 17300 FORT WORTH, TEXAS 76102-0300 September 20, 2022 Regulatory Division SUBJECT: Project Number SWF-2022-00083, Additional Gas Service for Bio-solids Drying Facility Ms. Dana Burghdoff City of Fort Worth Assistant City Manager 200 Texas Street Fort Worth, Texas 76102 Jana.burandof (&tortworthtexas.aov Dear Ms. Burghdoff: This letter is in regard to information received August 26, 2022, concerning a proposal by the City of Fort Worth to conduct pipeline installation activities in the city of Fort Worth, Tarrant County, Texas. This project has been assigned Project Number SWF-2022-00083. Please include this number in all future correspondence concerning this project. Under Section 404 of the Clean Water Act the U.S. Army Corps of Engineers (USAGE) regulates the discharge of dredged and fill material into waters of the United States, including wetlands. USACE responsibility under Section 10 of the Rivers and Harbors Act of 1899 is to regulate any work in, or affecting, navigable waters of the United States. Based on the description of the proposed work, and other information available to us, we have determined this project will involve activities subject to the requirements of Section 404 and Section 10. We have reviewed this project under the pre -construction notification procedures of Nationwide Permit General Condition 32 Federal Register, Vol. 86, No. 8, Wednesday, January 13, 2021. We have determined the discharge of dredged or fill materials into waters of the United States associated with this project appears to qualify for Nationwide Permit 12 for Oil or Natural Gas Pipeline Activities. To use this permit, the permittee must ensure the work is in compliance with the specifications and conditions for the permit listed above, found at http ...... - arm v.millMissions/Reaulatorv/Permitting/Nationwide-General-Permits/, and the special condition listed below. Additionally, all activities must comply with the water quality certification conditions of the Texas Commission on Environmental Quality (TCEQ) located at htti)s://www.swf.usace.armv,millPortals/47/dots/reaulatorv/Permittino/General%20PermittinalTX 401 cert.odf?ver=rle8wttu6MRCA2s6Q4QQMa%3d%3d. -2- SPECIAL CONDITION The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. Failure to comply with these specifications and conditions invalidates the authorization and may result in a violation. Our verification for the construction of this activity under this nationwide permit is valid until March 14, 2026, unless prior to that date the nationwide permit is suspended, revoked, or modified such that the activity would no longer comply with the terms and conditions of the nationwide permit on a regional or national basis. The USACE will issue a public notice announcing the changes when they occur. Furthermore, activities that have commenced, or are under contract to commence, in reliance on a nationwide permit will remain authorized provided the activity is completed within 12 months of the date of the nationwide permit's expiration, modification, or revocation, unless discretionary authority has been exercised on a case -by - case basis to modify, suspend, or revoke the authorization in accordance with 33 CFR 330.4(e) and 33 CFR 330.5(c) or (d). Our review of this project also addressed its effects on threatened and endangered species. Based on the information provided, we have determined this project will not affect any species listed as threatened or endangered by the U.S. Fish and Wildlife Service within our permit area. However, please note you are responsible for meeting the requirements of General Condition 18 on endangered species. The permittee must sign and submit to us the enclosed certification that the work, including any proposed mitigation, was completed in compliance with the nationwide permit. The permittee should submit the certification within 30 days of the completion of work. This permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of property rights, or any infringement of federal, state, or local laws or regulations. Thank you for your interest in our nation's water resources. If you have any questions concerning our regulatory program, please refer to our website at http://www.swf.usace.armv.mil/Missions/Requiatory or contact Mr. Eric Dephouse at the address above, by telephone (817) 886-1820, or by email Eric.J.Dephouse@usace.army.mil, and refer to your assigned project number. -3- Please help the regulatory program improve its service by completing the survey on the following website: httos:I/reaulatorv.oDs.usace.armv.mil/customer-service-survev/ Sincerely, For: Brandon W. Mobley Chief, Regulatory Division Enclosure Copy Furnished (With Enclosure): Mr. Chris Sanderson Environmental Project Manager Halff Associates, Inc. 1201 North Bowser Road Richardson, Texas 75081 csanderson(aDhalff.com THIS PAGE LEFT INTENTIONALLY BLANK PERMIT COMPLIANCE CERTIFICATION U.S. Army Corps of Engineers Project Number: SWF-2022-00083 Type of Nationwide: Nationwide Permit 12 for Oil or Natural Gas Pipeline Activities. Name of Permittee: City of Fort Worth Date of Issuance: September 20, 2022 Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: Regulatory Division CESWF-RD U.S. Army Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension, modification, or revocation. I hereby certify that the work authorized by the above referenced permit was completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. Signature of Permittee Date THIS PAGE LEFT INTENTIONALLY BLANK CDC Tracking Code: _CDC FW 081722-2_ FINIAL CDC ACTION/FINDINGS FORM (To be completed by CDC/Floodplain Administrator and submitted to NCTCOG) CDC ACTION: (check one) ❑ Granted with favorable/neutral comments from other signatories ❑ Granted with one or more unfavorable comments from other signatories ❑ Granted with Variance with favorable/neutral comments from other signatories ❑ Granted with Variance with one or more unfavorable comments from other signatories ® Granted Exemption with none/favorable/neutral comments from other signatories ❑ Denied (please explain): By my authority under the City/County, I hereby issue the City/County's findings and final action. i FORT WORTH, TARRANT Signature of CDC/Floodplain Administrator City/County CLAIR C. DAVIS, P.E., CFNM CDC & FLOODPLAIN ADMINISTRATOR 9/21/22 Typed Name/Title/Date (For multi jurisdictional approval) By my authority under the City/County, I hereby issue the City/County's findings and final action. Signature of CDC/Floodplain Administrator Typed Name/Title/Date n Corridor Development Certificate Manual 41 Edition Page 1 of 1 City/County THIS PAGE LEFT INTENTIONALLY BLANK APPLICATION FOR FLOODPLAfN DEVELOPMENT PERMIT PLEASE TYPE OFFICE USE ONLY Date 10/31/2022 Permit No. FDP-22-00361 Name of Owner or Applicant City of Fort Worth - Suzanne Abbe Telephone No. 817-392-8209 Office Use Only x❑ Approved ❑ Approved Address of Owner 200 Texas Street Nearest Stream With Fort Worth, TX 76102 West Fork of Trinity River []Denied** Conditions* Location of Permit Area (Address or Legal Description) Date In11110122Date Out. 11 /15/22 North of 4500 Wilma Ln, Arlington, TX 76012 (Village GreeK Wastewater Treatment Plant) from the intersection of WR Hardy Avenue Processed By: Ben Thompson and Greenbelt Road to South of the intersection of Greenbelt Road and Trammel Davis Road (South of 2501 Greenbelt Rd, Fort Worth. Tx 764161 Approved By: PURPOSE OF REQUEST: ❑Excavation ❑Filling ❑Dredging or Mining Utility Construction ❑ Building Permit ❑ Grading ❑Paving ❑Drilling Operations ❑ Other BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed) Install new 8" hdpe gas line from the Village Creek Water Reclamation Facility (VCWRF) to the Biosolids Drying Facility on the west side of Greenbelt Road. The construction will involve open cutting across the VCWRF and Biosolids facility levees. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse acres. 2. Regulatory flood elev. 486 ❑ Not available. 3. Has site previously flooded? ❑ Yes ❑ No 4. Is site subject to flooding? ❑ Yes ❑ No 5. Is safe access available during times of flood? ❑ Yes ❑ No ❑ Unknown 6. Is the proposal within the designated floodway? ❑ Yes ❑ No ❑Unknown 7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑None Required EYes ❑No (If no, explain, if yes, provide copies of approval letters or permits.) CDC permit & USACE Section 404 permit ATTACH THE FOLLOWING IF APPLICABLE: 1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relative to floodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements. 4. Lowest floor elevation (including basement) of all proposed structures. 5. Elevation to which any non-residential structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub -Section b, Ordinance No. 1199& DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not PROPOSAL: Yes No I Available 1. Reduce capacity of channelslfloodways/watercourse in floodplain area? ❑ ❑✓ I ❑ 2. Measurably increase flood flowslheightsldamage on off -site properties? ❑ ® I ❑ 3, Individually or combined with other existing or anticipated development expose adjacent El ❑ ❑ properties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of El ❑ ❑ floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? ❑ ❑ 6. Provide compensatory storage for any measurable loss of flood storage capacity? ❑ ❑ 0 l= LOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City Plan Commission. q"4 Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: ❑x FEMA ❑ GOE ❑ FLOOD STUDIES ❑ HIGH WATERMARKS [:]OTHER FEMA INS. ZONE AE I FEMA MAP NO. 48439CO220L FLOOD ELEV. 486 GROUND ELEV, FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL* OR REASONS FOR DENIAL** THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE Mudd, Mike From: noreply@thc.state.tx.us Sent: Thursday, August 18, 2022 10:36 AM To: Mudd, Mike; reviews @t hc.state.tx. us; James.E.Barrera@usace.army.mil Subject: Section 106 Submission TEXAS HISTORICAL t P Re: Project Review under Section 106 of the National Historic Preservation Act and/or the Antiquities Code of Texas THC Tracking #202212839 Date:08/18/2022 VCWRF Additional Gas Service for the Bio-Solids Drying Facility (Permit 30625) NA Fort Worth,TX Description: Proposed 1.3-mile long and 50-foot wide (7.8 acres) pipeline located along the west side of Greenbelt Road between the existing Village Creek Wastewater Treatment Plant and Bin -solids Drying Facility Dear Mike Mudd: Thank you for your submittal regarding the above -referenced project. This response represents the comments of the State Historic Preservation Officer, the Executive Director of the Texas Historical Commission (THC), pursuant to review under Section 106 of the National Historic Preservation Act and the Antiquities Code of Texas. The review staff, led by Arlo McKee and Caitlin Brashear, has completed its review and has made the following determinations based on the information submitted for review: Abode -Ground Resources No historic properties are present or affected by the project as proposed. However, if historic properties are discovered or unanticipated effects on historic properties are found, work should cease in the immediate area; work can continue where no historic properties are present. Please contact the THC's History Programs Division at 512-463-5853 to consult on further actions that may be necessary to protect historic properties. Archeology Comments • No historic properties affected. However, if cultural materials are encountered during construction or disturbance activities, work should cease in the immediate area; work can continue where no cultural materials are present. Please contact the THC's Archeology Division at 512-463-6096 to consult on further actions that may be necessary to protect the cultural remains. • This draft report is acceptable. To facilitate review and make project information and final reports available through the Texas Archeological Sites Atlas, we appreciate submission of tagged pdf copies of the final report including one restricted version with all site location information (if applicable), and one public version with all site location information redacted; an online abstract form submitted via the abstract tab on eTRAC; and survey area shapefiles submitted via the shapefile tab on eTRAC. For questions on how to submit these please visit our video training series at: https:Hprotect-us.mimecast.com/s/ZmyxCDkYLPuOAx6YtWgFhR?domain=youtube.com Please note that these steps are required for projects conducted under a Texas Antiquities Permit. We have the following comments: We concur that the work presented in this report was adequate to demonstrate that site 41TR338 will be avoided through horizontal directional drilling. No further work is recommended for the project as long as it is conducted with the current plans to avoid impacts to that site. We look forward to further consultation with your office and hope to maintain a partnership that will foster effective historic preservation. Thank you for your cooperation in this review process, and for your efforts to preserve the irreplaceable heritage of Texas. If the project changes, or if new historic properties are found, please contact the review staff. If you have any questions concerning our review or if we can be of further assistance, please email the following reviewers: Arlo. McKee@thc.texas.gov, caitlin.brashear@thc.texas.gov. This response has been sent through the electronic THC review and compliance system (eTRAC). Submitting your project via eTRAC eliminates mailing delays and allows you to check the status of the review, receive an electronic response, and generate reports on your submissions. For more information, visit htto://thc.texas.gov/etrac-system. Sincerely, for Mark Wolfe, State Historic Preservation Officer Executive Director, Texas Historical Commission Please do not respond to this email. cc: James.E.Barrera@usace.army.mil Calderon, Hugo From: Lee, Will <Willie.Lee@williams.com> Sent: Wednesday, September 7, 2022 2:34 PM To: Calderon, Hugo Cc: Hitchcock, Randall; lbarra, Octavio; Martinez, Joe; Moran, Trey Subject: Village Creek Water Reclamation (Greenbelt project) (Greenman Pad) Attachments: City of Fort Worth - VCWRF Additional Gas Service Preliminary Plans.pdf Follow Up Flag: Follow up Flag Status: Flagged Hugo, Williams has no objection to the proposed crossing per the attached plans and the below correspondence. Williams does not own the facility therefore we have no say regarding the gate or the access to the facility. Please ensure that a Williams rep will be on site during all excavation above the Williams pipeline. Thanks, Willie Lee I Williams I Land Rep Sr. Office: 682-730-4880 1 Cell: 817-648-9920 1 Fax; 817-882-7161 15601 East 15t Street, Fort Worth, Texas 76103 My e-mail address has changed to willie.lee@Williams.com. Please ensure you have my correct email contact From: Calderon, Hugo <hCalderon@Halff.com> Sent: Wednesday, September 7, 2022 2:07 PM To, Lee, Will <Wiliie.Lee@williams.com> Cc: Hitchcock, Randall <Randy.Hitchcock@williams.com>; lbarra, Octavio <Octavio.lbarra@Williams.com>; Martinez, Joe <Joe.Martinez@williams.com>; Moran, Trey <tMoran@Halff.com> Subject: [EXTERNAL] RE: Village Creek Water Reclamation (Greenbelt project) *"'CAUTION! E_XT€IZNAI SE-WDER**' 510P. ASSESS. VeRIFY11 If suspicious, STOP =tnd click the Rhish Alert 'Button Good afternoon I'm following up on my email/questions below. Can you provide an update? Please let us know if you need any additional information from us. Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. 0:(972)761-1623 man HALFF' We impr-ave lives and communities ®KIQ by turniltg ideas into roaIIty_ Halff.com I Linkedln I Facebook I Twitter I Instagram I YouTube From: Calderon, Hugo <hCalderon@Halff.com> Sent: Friday, August 19, 2022 8:25 AM To: Lee, Will <Willie.Lee @wiIIiams.com> Cc: Hitchcock, Randall <Randv.Hitchcock@williams.com>; Ibarra, Octavio <Octavio.lbarra@Williams.com>; Martinez, Joe <Joe.Martinez@wilIiams.com> Subject: RE: Village Creek Water Reclamation (Greenbelt project) Good morning Will, I wanted to follow up on my questions below. Can you provide an update? Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. O: (972) 761-1623 Now We improve lives and communities mom HIALFF by turning ideas into reality. Halff.com I Linkedln I Facebook I Twitter I Instagram I YouTube From: Calderon, Hugo <hCalderon@Halff.com> Sent: Tuesday, August 2, 2022 1:08 PM To: Lee, Will <Willie.Lee@williams.com> Cc: Hitchcock, Randall <RandyHitch cock@wiIIiams.com>; Ibarra, Octavio <Octavio.lbarra@WiIIiams.com>; Martinez, Joe <Joe.Martinez(a_)williams.com> Subject: RE: Village Creek Water Reclamation (Greenbelt project) I wanted to follow up on my email below. Are there any encroachment documents that we need to submit? The project will be advertising in September, tentatively, and I want to make sure we everything worked out before we go to construction. Also, on page 4 and 5 of the PDF, we show the fence to the gas pad, can we remove/replace this fence if the contractor needs additional room to install the gas line? We don't anticipate removing the fence but wanted to ask the question. Lastly, on page S of the PbF , are you okay with us open cutting across and replacing the existing driveway that goes to the pad? 2 Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. 0: (972) 761-1623 SKE umm HALFF we improve ldives and communities E�E by turning i@ss into reality. Halff.com I Linkedln j Facebook I Twitter I Instagram I YouTube From: Calderon, Hugo <hCalderonPHalff.com> Sent: Wednesday, July 20, 2022 1:38 PM To: Lee, Will <Willie.Lee@williams.com> Cc: Hitchcock, Randall <Randy.Hitch cock@wilIiams.com>; Ibarra, Octavio <Octavio.Ibarra(@Williams.com>; Martinez, Joe <Joe.Martinez@williams.com> Subject: RE: Village Creek Water Reclamation (Greenbelt project) The horizontal location was marked in the field following the 811 ticket call and verified by Level B SUE. We tried to get a test hole to determine the depth but we dug down to 20-ft deep and couldn't find the line. The elevation shown in the plans is shown per record drawing information. Hugo Calderon, PI; Senior Project Manager Haiff Associates, Inc. O: (972) 761-1623 '�� �,E HALFF . We improve lives and communities RE by turnireq Ideas into reality. walm Halff.com I Linkedln I Facebook I Twitter I Instagram I YouTube From: Lee, Will <Willie.LeeC3Dwil1_1ams.com> Sent: Wednesday, July 20, 2022 1:21 PM To: Calderon, Hugo <hCalderon@Haltf.com> Cc: Hitchcock, Randall <Randy.Hitch cock@william!z - >; Ibarra, Octavio <Octavio.Ibarra@WiIIlams.com>; Martinez, Joe <Joe.Martinez@williams.com> Subject: Village Creek Water Reclamation (Greenbelt project) Sorry, I was looking at the 6". How was the location and the depth of the 8" determined. Willie Lee I Williams I Land Rep Sr. ffliftOffice: 682-730-4880 1 Cell: 817-648-9920 1 Fax: 817-882-7161 1 5601 East 11t Street, Fort Worth, Texas 76103 My e-mail address has changed to willie.lee@Williams..com. Please ensure you have my correct email contact From: Calderon, Hugo <hCalderon@Halff.com> Sent: Wednesday, July 20, 2022 11:08 AM To: Lee, Will <Willie.LeeC@williams.cam> Cc: Hitchcock, Randall <Randv.Hitchcock@wiiliams.com>; Ibarra, Octavio <Octavio.Ibarra @WiIIiams.com>; Martinez, Joe <Joe.Martinez@williams.com> Subject: [EXTERNAL] RE: Village Creek Water Reclamation (Greenbelt project) *'*CAUTION! EXTERNAL SENDER'" _510_P. ASS€ -SS, VERIFYLH ITsuspioious, STOP and chc'k the Rhish±Alert IBL IttOil Thank you for the response. Based on the record drawings that we received, it looks like the existing 8-inch Williams gas line is fairly deep. The existing line will be — 30ft below our proposed gas line, which should meet the requirements (please refer to sheet H104 of the attached PDF, I highlighted the areas where we cross the Williams pipeline). Will a Letter of No Objection be provided for the City to have for their records? Thank you, Hugo Calderon, PE Senior Project Manager HalffAssociates, Inc. O: (972) 761-1623 IN" we improve lives and con�rnunities HLFF tu Ems by rning ideas into reality- ■■ ■ Halff.com I Unkedin I Facebook I Twitter I Instagram I YouTube From: Lee, Will <Willie.Lee@williams.com> Sent: Wednesday, July 20, 2022 10:55 AM To: Calderon, Hugo <hCalderonPHalff.com> Cc: Hitchcock, Randall <Randy.Hitchcock(@williams.com>; lbarra, Octavio <Octavio. I ba rraff Williams.com>; Martinez, Joe <Joe.Martinezl'@williams.com> Subject: RE: Village Creek Water Reclamation (Greenbelt project) Hugo, Williams will require a minimum of 2' of separation from the bottom of the existing pipeline. Please revise the plans accordingly and resubmit for internal review. 2 Willie 1_r I Williams Land Rep Sr. illffiia Office: 682-730-4880 I Cell: 817-648-9920 1 Fax: 817-882-7161 15601 East I" Street, Fort Worth, Texas 76103 My e-mail address has changed to willie.lee@Williams.com. Please ensure you have my correct email contact From: Calderon, Hugo <hCalderon@Halff.com> Sent: Tuesday, July 19, 2022 3:23 PM To: Lee, Will <Willie.Lee @williams.com> Cc: Hitchcock, Randall <Randy.Hitchcock@williams.com>; Ibarra, Octavio <Octavio.]barra@Williams.com>; Martinez, Joe <Joe.MartinezPwilliams.com> Subject: [EXTERNAL] RE: Village Creek Water Reclamation (Greenbelt project) "ICAUT10W EXTERNAL SENDER* �''SI9P. ASSESS. VERIVY!! If suspiclious, STOP and cIich Ihe'Rhish Alert Button Good afternoon Do you know if we will need to prepare an encroachment agreement to cross your line/easement? Any other requirements we need to meet? Please advise. Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. O: (972) 761-1623 Sam We improve livas and communities mom HALFF rrn ®o® by turg ideas into realiiy. Halff.corn I Unkedln I Facebook I Twitter I Instaaram I YouTube From: Calderon, Hugo <hCalderonCcDHalff.com> Sent: Monday, June 27, 2022 8:52 AM To: Lee, Will <Willie.Lee(3Dwilliams.com> Cc: Hitchcock, Randall <Randv.Hitchcock@wiliiams.com>; Ibarra, Octavio <Octavio.Ibarra@WiIliams.com>; Martinez, Joe <Joe.Martinez(@wi.liiams.com> Subject: RE: Village Creek Water Reclamation (Greenbelt project) Good morning Will, the line will be installed by open cut methods. Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. O: (972) 761-1623 0 ,a We improve lives and communities mom HALFF by turning ideas into reality_ MEN Halff.com I Unkedln I Facebook I Twitter I Instaaram I YouTube From: Lee, Will <Willie.Lee williams.com> Sent: Monday, June 27, 2022 8:26 AM To: Calderon, Hugo <hCalderon@Halff.com> Cc, Hitchcock, Randall <Randv.HitchcockCc williams.com>; Ibarra, Octavio <Octavio.lbarraPWilliams.com>; Martinez, Joe <Joe.Martinez@williams.com> Subject: Village Creek Water Reclamation (Greenbelt project) Hugo, What is the method of construction here? Willie- Lei I Williams Land Rep Sr. Office: 682-730-4880 Cell: 817-648-9920 1 Fax: 817-882-7161 15601 East 111 Street, Fort Worth, Texas 76103 My e-mail address has changed to willie.lee@Williams.com. Please ensure you have my correct email contact From: Calderon, Hugo <hCalderon@Halff.com> Sent: Friday, June 24, 2022 3:56 PM To: Martinez, Joe <Joe.Martinez@williams.com> Cc: Hitchcock, Randall <Randv.Hitchcock(@wiIlia ms.corn >; Ibarra, Octavio <Octavio.lbarra@Williams.com>; Lee, Will <Willie.Lee@)williams.com> Subject: [EXTERNAL] RE: greenbelt project Joe, Hope you're doing well. I talked to you back in November regarding a project that we're working on with the City of Fort Worth near Greenbelt Rd and their Village Creek Water Reclamation Facility. We have a preliminary set of plans (see attached) and wanted to share those with you since we will be crossing an existing 8-inch Williams gas line. Can you share the plans with your R.O.W. team? Are there any specific requirements that we need to meet to cross the pipeline? Based on the record drawings that we received, it looks like the existing 8-inch gas line is fairly deep and our proposed line will be — 30ft above the Williams line. Please let me know if you have any questions. Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. o: (972) 761-1623 Halff.com I Linkedln I Facebook I Twitter I Instaoram I YouTube From: Martinez, Joe <joe.martinez@williams.com> Sent: Thursday, November 18, 2021 7:52 AM To: Calderon, Hugo <hCalderonPHalff.com> Cc: rand .h'ttchcock@williams.com; octavio.ibarra(@williams.com; willie.lee@williams.com Subject: Re: greenbelt project Let me add our encroachment team on this email. Get Outlook for iOS From: Calderon, Hugo <hCalderon@Halff.com> Sent: Wednesday, November 10, 2021 5:31:20 PM To: Martinez, Joe <Joe.Martinez(@williams.com> Cc: Hitchcock, Randall <Randv.Hitchcock@willlams.com>; Ibarra, Octavio <Octavio.lbarra@WilIiams.com> Subject: [EXTERNAL] RE: greenbelt project "*"CAUTION! UKTERNAi. S'f_NDE'R}" ST.OF, 45�i—ES5. VCR IF'Y!! Ilf suspicious, 5T'4!' a ncl click the P-his'h Alert Button Thank you Joel if they can provide record drawings that will be great! Please let me know if you need anything from me. Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. O: (972) 761-1623 HalfP.cam J Linkedln I Facebook I Twitter I Instagrann I YouTube From: Martinez, Joe <jqe.martinez(&williams.com> Sent: Wednesday, November 10, 2021 5:13 PM To: Calderon, Hugo <hCalderon(&Halff.com> Cc: randy.hitchcock(@williams.com; octavio.ibarra- williams.com Subject: Re: greenbelt project Yes the top (north) will be a 10" Bottom of pic is a 8" 1 can get with my encroachment team to give other details I'm not able provide Get Outlook for iOS From: Calderon, Hugo <hCalderonftHalff.com> Sent: Wednesday, November 10, 20215,07:00 PM To: Martinez, Joe <Joe.Martinez ftilliamsxom> Cc: Hitchcock, Randall <Randv.Hitchcock(o)williams.com>; Ibarra, Octavio <Octavio.Ibarra(aDWilllams.com> Subject: [EXTERNAL] RE: greenbelt project Thank you Joel Do you happen to know the sizes of these two lines? 7 The Texas Rail Road Commission website shows them as 8-inch (for the southern line) and 10-inch (northern line). Can you confirm if these are correct? Also, any chance that we can get any record drawings for these? Thank you, Hugo Calderon, PE Senior Project Manager Halff Associates, Inc. o: (972) 761-1623 Halff.com I Linkedln I Facebook I Twitter I Instagram I YouTube From: Martinez, Joe <ioe.martinez@williams.com> Sent: Wednesday, November 10, 2021 5:01 PM To: Calderon, Hugo <hCalderon@Halff.com> Cc: randy.hitchcock@williams.com, octavio.ibarra@willia Subject: greenbelt project Attached is a area map of our pipeline in the work zone area , I added notes to the one call ticket that was called in for any extra info needed CTC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR BIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011 GR-Ot 60 ®® Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WCWRF ADDITIONAL GAS LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FOR SIOSOLIDS DRYING FACILITY Revised July 1, 2011 CITY PROJECT NO. 103011