Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 59981
FORT WORTH CITY SECRETARY/gg CONTRACT NO. PROJECT MANUAL FOR THE CONSTRUCTION OF THE WESTSIDE IV —1.5 MILLION GALLON ELEVATED STORAGE TANK Volume 1 of 2 City Project No. 103292-1 "X" No. 27257 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Water Department Director Farida Goderya, P.E. Project Manager Prepared for The City of Fort Worth Water Department MARCH 2023 Kimley» Horn Texas Registered Engineering Firm F-928 KHA No. 061018398 ! OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 36 Schedule of Suppliers — NON -CITY STANDARD 03/23/2023 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 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement — Modified for WFP 11/23/2021 00 61 13 Performance Bond 07/01/2011 00 61 14 Payment Bond 07/01/2011 00 61 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2020 00 73 00 Supplementary Conditions — Modified for WFP 03/09/2020 Division 01— General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 13 Schedule of Values 08/2017 01 32 16 Construction Progress Schedule 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 01 32 35 Aerial/Photographic Documentation - MODIFIED 03/23/2023 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 57 13 Storrn Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Division 03 — Concrete Last Revised 03 30 00 Cast -In -Place Concrete 12/20/2012 Division 08 — Onenin s 08 11 19 Steel Doors and Frames — NON -CITY STANDARD 03/23/2023 08 33 23 Overhead Coiling Doors — NON -CITY STANDARD 03/23/2023 08 71 10 Finish Hardware — NON -CITY STANDARD 03/23/2023 Division 09 - Finishes 09 91 00 Painting — NON -CITY STANDARD 03/23/2023 09 9714 Steel Water Storage Tank Painting — NON -CITY STANDARD 03/23/2023 Division 22 - Plumbin 22 1010 g Plumbing — NON -CITY STANDARD Division 26 — Electrical 03/23/2023 26 00 10 Electrical General Provisions — NON -CITY STANDARD 03/23/2023 26 01 10 Raceways — NON -CITY STANDARD 03/23/2023 26 0120 Wire and Cable — NON -CITY STANDARD 03/23/2023 26 01 95 Lighting Panelboards — NON -CITY STANDARD 03/23/2023 26 01 99 Miscellaneous — NON -CITY STANDARD 03/23/2023 26 02 10 Electric Utility Service — NON -CITY STANDARD 03/23/2023 26 04 10 Underground Electrical — NON -CITY STANDARD 03/23/2023 26 04 50 Grounding Systems — NON -CITY STANDARD 03/23/2023 26 04 55 Lighting Protection — NON -CITY STANDARD 03/23/2023 26 05 00 Lighting — NON -CITY STANDARD 03/23/2023 26 09 10 Instrumentation — NON -CITY STANDARD 03/23/2023 26 09 20 Radio Systems — NON -CITY STANDARD 03/23/2023 Division 31 - Earthwork 31 00 00 Site Clearing - MODIFIED 03/23/2023 31 23 16 Unclassified Excavation - MODIFIED 03/23/2023 31 23 23 Borrow - MODIFIED 03/23/2023 31 24 00 Embankments - MODIFIED 03/23/2023 31 25 00 Erosion and Sediment Control - MODIFIED 03/23/2023 31 37 00 Riprap - MODIFIED 03/23/2023 Division 32 - Exterior Imurovements 32 11 23 Flexible Base Courses - MODIFIED 03/23/2023 32 13 13 Concrete Paving - MODIFIED 03/23/2023 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps - 03/23/2023 MODIFIED 32 13 73 Concrete Paving Joint Sealants - MODIFIED 03/23/2023 32 31 13 Chain Link Fence and Gates - MODIFIED 03/23/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 91 19 Topsoil Placement and Finishing of Roadway Right -of -Ways - MODIFIED 03/23/2023 32 92 14 Non -Native Seeding - MODIFIED 03/23/2023 Division 33 - Utilities 33 01 32 Closed Circuit Television (CCTV) Inspection for Water Transmission Mains - MODIFIED 03/23/2023 33 04 10 Joint Bonding and Electrical Isolation - MODIFIED 03/23/2023 33 04 40 Cleaning and Acceptance Testing of Water Mains - MODIFIED 03/23/2023 33 05 10 Utility Trench Excavation, Embedment, and Backfill - MODIFIED 03/23/2023 33 05 13 Frame, Cover and Grade Rings - MODIFIED 03/23/2023 33 05 17 Concrete Collars - MODIFIED 03/23/2023 33 05 26 Utility Markers/Locators - MODIFIED 03/23/2023 33 09 10 Control Valve Actuator — NON-STANDARD 03/23/2023 33 11 05 Bolts, Nuts, and Gaskets - MODIFIED 03/23/2023 33 11 10 Ductile Iron Pipe - MODIFIED 03/23/2023 33 11 11 Ductile Iron Fittings - MODIFIED 03/23/2023 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe - MODIFIED 03/23/2023 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type - MODIFIED 03/23/2023 33 12 20 Resilient Seated Gate Valve - MODIFIED 03/23/2023 33 12 21 AWWA Rubber -Seated Butterfly Valve - MODIFIED 03/23/2023 33 12 25 Connection to Existing Water Mains - MODIFIED 03/23/2023 33 12 40 Fire Hydrants - MODIFIED 03/23/2023 33 16 19 Composite Elevated Water Storage Tank — NON -CITY STANDARD 03/23/2023 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe - MODIFIED 03/23/2023 33 39 20 Precast Concrete Manhole - MODIFIED 03/23/2023 Division 46 — Water and Wastewater Equipment 46 4123 VOLUME2 Appendix GC-4.01 GC-4.02 GC-4.06 GC-6.06.D GC-6.07 GR-01 60 00 Tank Circulation Equipment — NON -CITY STANDARD Availability of Lands Subsurface and Physical Conditions Hazardous Environmental Condition at Site Minority and Women Owned Business Enterprise Compliance Wage Rates Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 03/23/2023 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 WESTSIDE IV —1.5 MILLION GALLON ELEVATED STORAGE TANK March 2023 Jenifer Tatum, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 Kyle Welden, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 03/23/2023 � �E °F T£— �! c,:' �1- // JENIFER TATUM ";33:• 87915rissss .di1a°i ��� `� For Civil Design/ Improvements i KYLE L. WELDEN 03/23/2023 *� 124805 .► ,pci4(6 „Et4f.o..\ For Civil Design/ Improvements WESTSIDE IV —1.5 MILLION GALLON ELEVATED STORAGE TANK March 2023 Joseph Kotrla, P.E. McCreary & Associates, Inc TBPE Reg 4 F-338 6310 LBJ Freeway Suite 217 Dallas, Texas 75240 For Electrical Design/ Improvements City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 27, 2023 REFERENCE NO.: **M&C 23-0520 LOG NAME: 60WESTSIDE IV ELEVATED STORAGE TANK — LANDMARK SUBJECT: (CD 3) Authorize Execution of a Contract with Landmark Structures I, LP, in the Amount of $5,670,000.00 for Construction of Westside IV Elevated Storage Tank, Provide for Project Costs, for a Project Total in the Amount of $6,242,147.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Landmark Structures I, LP, in the amount of $5,670,000.00 for the Westside IV Elevated Storage Tank project; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside IV Elevated Storage Tank and Transmission Mains project (City Project No. 103292); and 3. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the amount of $6,242,147.00 in the Westside IV Elevated Storage Tank and Transmission Mains project (City Project No. 103292) and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Landmark Structures I, LP in the amount of $5,670,000.00 for the Westside IV Elevated Storage Tank project. The project was advertised for bid on March 23 and 30, 2023, in the Fort Worth Star -Telegram. On April 20, 2023, the following bids were received: Bidder Base Bid Base Bid + Base Bid + Contract Alternate 1 Alternate 2 (Polyurethane (Epoxy Interior Time Interior Coating) Coating) Landmark Structures I, LP $5,262,000.00 $5,670,000.00 $5,660,000.00 480 Calendar Days Phoenix Fabricators and Erectors, LLP $6,661,000.00 $6,744,000.00 $6,746,000.00 *Staff recommends award of contract for the base bid & Alternate 1 option. In addition to the contract cost, $402,047.00 is required for project management and inspection and $170,100.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. 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. 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 appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2023-2027 Capital Improvement Program, as follows: 60Westside IV Elevated Storage Tank and Transmission Main — Landmark Capital Fund Name Project Name FY2023 CIPFY2023 Appropriations Authority Budget Change (Increase/Decrease) Revised Budget Budget 56022 - W&S Commercial Paper 103292 - WSIV Elevated WST& Trans Main $0.00 This M&C $6,242,147.00 $6,242,147.00 Funding for the Westside IV Elevated Storage Tank and Transmission Main project is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Rev Bonds Series 2022 - Fund 56020 $1,831,291.00 $0.00 $1,831,291.00 W&S Rev Bonds Series 2023 - Fund 56021 $8,853,934.00 $0.00 $8,853,934.00 W&S Commercial Paper - Fund 56022 $0.00 $6,242,147.00 $6,242,147.00 W&S Capital Projects - Fund 56002 $324,256.00 $0.00 $324,256.00 Project Total $11,009,481.00 $6,242,147.00 $17,251,628.00 *Numbers rounded for presentation purposes. Funding is budgeted in the W&S Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the Westside IV Elevated Storage Tank and Transmission Main project. Business Equity — Landmark Structures I, LP is in compliance with City's Business Equity Ordinance by committing to six percent MWBE participation on this project. The City's MWBE goal on this project is five percent. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available 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 WSIV Elevated WST & Trans Main project to support the approval of the above recommendations and execution of the amendment to the engineering contract and the construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department'Account Project Program ctivity Budget Reference # Amount ID ID 1 _ Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Farida Goderya (8214) ATTACHMENTS 1. 60 Westside IV Elevated Storage Tank — Landmark FID Table (WCF 05.08.23).xlsx (CFW Internal) 2. 60 Westside IV Elevated Storage Tank — Landmark Comp Memo.pdf (CFW Internal) 3. 60 Westside IV Elevated Storage Tank — Landmark Form 1295,pdf (CFW Internal) 4. 60 Westside IV Elevated Storage Tank — Landmark MAP.pjf (Public) 5. 60WESTSIDE IV ELEVATED STORAGE TANK — LANDMARK funds availability.p1 (CFW Internal) 6. Entitylnformation-Landmark Structures.pdf (CFW Internal) 7. ORD.APP 60WESTSIDE JV ELEVATED ,STORAGE TANK — LANDMARK 56022 A023(r3).docx (Public) 8. PBS CPN 103292.pdf (CFW Internal) 9. Res.60 Westside IV Elevated Storage Tank — Landrnark.docx (Public) 60 Westside IV Elevated Storage Tank— Landmark Rec # 3&4 Fund 56022 Dept # 0600430 Activity FIDs Bud et'. Account Project ID UCMLPR Budget CF 2 Year ',Program Amount $ (6,242,147.00) Purpose Xfer 2023 3&4 56022 0600430 103292 2023 $ 6,242,147.00 Rec # Dept # Account Project ID FIDs Budget Year (Actual). CF 2 Program- Purpose iXfer Fund Activity Amount FIDs (REVENUE Project ID 103292 or EXPENSE Budget Year 9999 — CF 2 No KK or Program GL Entries Needed) Rec# 3&4 Fund 56022 _ Dept # 0600430 Account 5110101 Activity 001480 Amount Purpose 1Xfer Staff Costs - Construction $ 102,202.00 3&4 56022 0600430 5110101 103292 001485 9999 $ 233,604.00 Staff Costs - Inspection 3&4 56022 0600430 5550102 103292 001480 9999 $ 2,000.00 Public Outreach (Sally) 3&4 56022 0600430 5740010 103292 001480 9999 $ 170,100.00 Project contingencies 1 56022 0600430 5740010 103292 001480 9999 $ 5,670,000.00 To pay contractor 3&4 56022 0600430 5310350 103292 001484 9999 $ 17,520.00 Soil Lab - TPW Staff Costs 3&4 56022 0600430 5330500 103292 001484 9999 $ 46,721.00 Soil Lab -Consultant 56022 2060000 103292 RETAIN Combo Code 61) \Vestside 1V Iaec ttcd Stnragu Tank Landmark Rec # 3&4 Fund 56022 Dept 4 0600430 FIDs Budget Year 2023 (Budget) 1 Amount Purpose $ (6,242,147.00) Xfer Account Project ID Activity CF 2 Program _- UCMLPR 3&4 56022 0600430 103292 2023 _- $ 6,242,147.00 Rec # Dept 4 Account Project ID1 FIDs (Actual) _ Amount 1 Purpose Xfer Fund Activity Budget Year CF 2 t Program 1 Rec # 3&4 Fund 56022 FIDs (REVENUE Project ID Activity 001480 or EXPENSE Budget Year 9999 - No KK or GL Entries Needed)_ Xfer Dept # 0600430 Account 5110101 CF 2 Program _- Amount $ 102,202.00 Purpose Staff Costs - Construction 103292 3&4 56022 0600430 5110101 103292 001485 9999 $ 233,604.00 Staff Costs - Inspection 3&4 56022 0600430 5550102 103292 001480 9999 $ 2,000.00 Public Outreach (Sally) 3&4 56022 0600430 5740010 103292 001480 9999 $ 170,100.00 Protect contingencies 1 56022 0600430 5740010 103292 001480 9999 $ 5,670,000.00 To pay contractor 3&4 56022 0600430 5310350 103292 001484 9999 $ 17,520.00 Soil Lab - TPW Staff Costs 3&4 56022 0600430 5330500 103292 001484 9999 $ 46,721.00 Soil Lab - Consultant - 56022 2060000 103292 RETAIN -_- Combo Code 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. I03292-1 Project Date: March 2023 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IV 1.5 MG ELEVATED STORAGE TANK City Project No. 103292-1 Addendum No. 1. Issue Date: April 6, 2023 Bid Receipt Date: April 20, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATIONAL 1. The pre -bid agenda/notes and sign -in sheet are uploaded to the Bid Documents folder on BIM360 for reference. CLARIFICATIONS 1. Section 26 09 10 Instrumentation - While the City will program the HSQ HMI, the Contractor's SCADA integrator will be required to coordinate with the City to attend integration meetings/workshops to complete the installation. SPECIFICATIONS 1. Specification 00 45 11 — Bidders Prequalifications • REPLACE the first paragraph in Section 00 45 11 2.b. with the following: o Bidder Prequalification Application. A Bidder Prequalification Application must be submitted by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. 2. Specification 33 16 19 — Composite Elevated Storage Tank • REPLACE Section 33 16 19, Article 1.9.A.2.a.2) with the following: o "Contractor bidding this work shall he a specialist in the design and construction of composite elevated storage tank in accordance with AWWA D107 and shall have constructed (in the company's own name) a minimum of ten (10) such structures of 1.5 MG, or greater, which have been in successful service for a minimum of two (2) years." 3. Appendix GC-4.01 —Availability of Lands • Replace the following unexecuted documents with the executed and recorded documents: o Permanent Access Easement for the TRT Land Investors property o Temporary Construction Easement for the TRT Land Investors property o EST Boundary Survey for the TRT Land Investors property CONSTRUCTION PLANS 1. N/A ADDENDUM NO. 1 ADDENDUM NO. 1 BIDDER QUESTIONS 1. It appears that the requirement for audited financial statements needs to be revised in Section 00 45 11 — 2. b. to be consistent with other modified sections. • Specification 00 45 11 Bidders Prequalif cations has been modified removed the requirement for audited financial statements as part of this Addendum. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Kyle Welden, P.E. (No. 124805) Engineer of Record 04/06/2023 Approved By:': e._- Date: (14/06/2023 Farida Goderya, P.E., Senior Project Manager Water Department RECEIPT ACKNOWLEDGED: By Christopher Lamon, CEO of Landmark Structures Management LLC Company: Landmark Structures I, LP ADDENDUM NO. 1 ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IV 1.5 MG ELEVATED STORAGE TANK City Project No. 103292-1 Addendum No. 2. Issue Date: April 10, 2023 Bid Receipt Date: April 20, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. All other provisions of the contract documents, plans and specifications shall remain unchanged. INFORMATIONAL 1. The following Tank Contractors have been prequalified to bid on this job -contract: a. Caldwell Tanks, Inc. b. Landmark Structures I, L.P. c. Phoenix Fabricator and Erectors d. CB&I Storage Tank Solutions, LLC Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Kyle Welden, P.E. (No. 124805) Engineer of Record 04/10/2023 WAVihn 1.40...k.a...-9LIN i i KYLE L. %ELDEN 00 .000 * • 124805 •'so ....„, I-- 0 •,... _•‘: . r - c Approved By: Date: 04/10/2023 Farida Goderya, P.E., Senior Project Manager Water Department RECEIPT ACKNOWLEDGED: Christopher Lamon, CEO of Landmark Structures Management LLC Company: Landmark Structures I, LP ADDENDUM NO. 2 ADDENDUM NO. 3 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE IV 1.5 MG ELEVATED STORAGE TANK City Project No. 103292-1 Addendum No. 3. Issue Date: April 17, 2023 Bid Receipt Date: April 20, 2023 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATIONAL 1. The Plan Holders list are uploaded to the Plan Holders folder on BIM360 for reference. 2. The bid workbook excel file with editable cells is available in the Bid Documents folder on BIM360. CLARIFICATIONS 1. N/A SPECIFICATIONS 1. Specification 33 16 19 — Composite Elevated Storage Tank • REPLACE Section 33 16 19, Article 2.3.V with the following: o "Provisions for antenna cables and conduits within the interior of the tank pedestal will not be included as part of this contract. Future connections shall be coordinated with the City on a case -by -case basis." CONSTRUCTION PLANS 1. N/A BIDDER QUESTIONS 1. Will the Owner consent to allowing us to work on weekends? • Yes, this will be allowed. Any work requiring inspection on the weekends will require advance notification to the City Inspector before noon on the Thursday preceding the weekend notification. 2. Is there a published budget for this project? • There is not a published estimate of construction cost for this project. 3. Can the substantial completion time be extended to 540 days, which is necessary to complete the project? • No, the project is needed to serve development and the contract time will remain as stated in the contract documents. 4. Section 331619-2.3G.3 requires 36-in square roof hatches. Would our standard 30-in diameter hatches be acceptable? ADDENDUM NO. 3 ADDENDUM NO. 3 • No, roof hatches shall be 36-inch square hatches as called out in the plans and specifications. 5. Section 331619-3.4C2.a requires "light sandblast to the exposed exterior concrete support wall surface". Is this required? • Yes, the light sandblast to the exposed exterior concrete support wall is required in accordance with Section 33 1619. 6. Article 6.01 states "At all times during the progress of the Work, Contractor shall assign a competent, English-speaking, Superintendent". Can a full-time foreman act as a superintendent as specified Article 6.01? Can the supervisor change with the different construction phases (e.g. foundation)? • Yes, a full-time foreman can act as the superintendent and the supervisor can change during different phases of construction. 7. Section 099714-3.7B - states "All shop applied primer must be inspected by the Owner's Representative prior to transportation from the place of manufacture". Please confirm shop inspections will be required at Contractor's manufacturing facility. • Shop applied primer inspections are not required. 8. Alternate Bid 1 - Polyurethane Interior Coating System requires the contractor to carry a QP1 certification. Please consider removing QP1 certification. • QP1 certification will remain as indicated in the Specifications. 9. Can we use our typical tank geometry inclusive of 52-ft pedestal diameter, 83-ft tank diameter, and 40-ft head range? • Yes, however piping adjustments may be required to accommodate the additional length. 10. is this project subject to any AIS or Buy American provisions? • No, this project is not subject to Buy American, American Iron and Steel, or any other domestic material procurement requirements. 11. Can progress meetings be conducted remotely if we do not have a crew active on the site? • Yes, depending on the phase of construction progress meetings may be conducted remotely. 12. Do AWWA D107-16, Section 331619, and industry standards for the composite tank concrete support wall relating to mixes, curing, form removal, placement, finishing, slump, rebar, etc. supersede Section 03300? • Yes, concrete for the composite tank support wall shall be designed in accordance with AWWA D107-16 or Section 33 1619. 13. Can the Owner provide an allowance for instrumentation/controls equipment? Typically the Owner will list pre -approved vendors for equipment and integration. It would make the bidding process easier if an allowance was provided for this work. • No, this is not standard for City of Fort Worth projects. The cost should be included in the provided bid items. 14. Can the Owner provide an allowance for the SWPP referenced in Section 015713? • No, this is not standard for City of Fort Worth projects. The cost should be included in the provided bid items. 15. Are there any permits or licensing required (SC-6.09)? • There are no permits or licensing required for this project. ADDENDUM NO. 3 ADDENDUM NO. 3 16. Can you confirm that the Owner has obtained the necessary approvals and permits required to start construction? • All necessary approvals and permits have been obtained to begin construction. 17. Can you confirm funding is in place for this project? • Yes, the project is tied to a development agreement with the City. 18. Is this project subject to any Buy American, American Iron and Steel or other domestic material procurement requirements? If yes, can the specific requirements and or references be provided? • No, this project is not subject to Buy American, American Iron and Steel, or any other domestic material procurement requirements. 19. Please confirm the project goal is to have 5% Business Equity participation by utilizing certified Minority and/or Women owned Businesses (M/WBE's). • The project goal is to have 5% Business Equity participation by utilizing certified Minority and/or Women owned Businesses. 20. General Conditions Item 6.09 says the Contractor is to obtain construction permits, however, Section 33 16 19 Item 1.11.A.1 says the City will secure all permits - including the building permit. Is a building permit required for this project? If required, will the fees be waived, or can a fee schedule be provided so we can include the appropriate costs within our bid price.? • A building permit is not required for this project, and all necessary permits have been secured. 21. Section 09 97 14, Item 1.9.C.1.a require the Coating Applicator to be QP-1 Certified to apply the Alternate Interior Coating System. This certification is not a requirement for the base bid system and is not a requirement of the paint manufacturer. Can this requirement be removed from the specification as it will unnecessarily increase the project cost without adding any value or longevity to the to the coating system? • QP1 certification will remain. 22. Section 09 97 14 - Can you provide an Interior Dry Coatings System? • Interior dry coatings shall be applied in accordance with Section 09 91 00 Item 2.2.D of the Specifications. 23. Section 09 97 14 — Who will be the Owners 3rd party coatings inspector? • Kimley-Horn will subcontract the coating inspector. 24. Drawing C-9 shows the incoming waterline with a CL Elevation of 947.51 coming in over the top of the foundation. The geotechnical reports recommend the foundation bear at elevation 948.00, as such we would place the waterline a bit deeper and have the incoming waterline coming in under the foundation. Please confirm this is acceptable and we are not required to place the foundation deeper than necessary to allow the waterline to pass over the foundation. • The intent is for the piping to be above the foundation. If the foundation elevation is such that the pipe penetrates the foundation, special provisions must be provided, such as sleeving, to allow for future ease of access to the water line. This can be discussed further during the shop drawing review process. The piping will not be allowed to be below the foundation. 25. Drawing C-10 Elevation View shows the 4 ft wide upper walkway platform as full span of the pedestal, However C-10 Plan View shows the platform as a half span platform with a half circumference balcony. Please clarify. ADDENDUM NO. 3 ADDENDUM NO. 3 • The upper walkway shall be constructed as shown in the Plan View on Sheet C-10 of the plans. 26. Section 33 16 19 Item 2.3.K.1 describes provisions for future wireless communications as shown in the plans, however there is nothing shown on the drawings. Section 33 16 19, Item 2.3.V also describes the requirements for Antennae provisions. Are these the same items? Please clarify. • Section 33 16 19 Item 2.3.K.1 can be found on Sheet E-01 of the Plans. Section 33 16 19 Item 2.3. V has been modified in accordance with this Addendum. 27. Section 33 16 19, 3.4.A.3.b.I) notes a maximum slump of 7" including high -range water reducer. High -range water reducer produces concrete with a nominal 8" working slump while maintaining a static water -cement ratio. Please confirm that the contractor may design the designated architectural concrete mix with an 8" nominal slump to meet placement demands. Specifying a 7" maximum slump is restrictive and doesn't align with common industry practice or within the functional range of the high -range water reducing admixture. • The designated architectural concrete mix shall be designed with a 7-inch slump in accordance with the Specifications. 28. Section 33 16 19, 3.7.A.1.b notes that every delivered load must be tested before placement. Common industry practice is performance of tests when cylinders are cast once for each day's pour or every 100 cy and only if the concrete appears to have changed in consistency. Please confirm that a requirement similar to the testing specification found in 03 30 00, 3.7.C.2 & 3 will be acceptable for the Composite Elevated Tank. • Testing for the Composite Elevated Storage Tank shall be performed in accordance with Section 33 16 19 of the Specifications. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. By: Kyle Welden, P.E. (No. 124805) Engineer of Record 04/17/2023 OF .0 2.• t . % s ►• •: +% 1 K 1 L. N LDEN e 00000 ,• 41/ Approved By: Date: 04/17/2023 Farida Goderya, P.E., Senior Project Manager Water Department RECEIPT ACKNOWLEDGED: By: Christopher Lamon, CEO of Landmark Structures Management LLC Company: Landmark Structures I. LP ADDENDUM NO. 3 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of WESTSIDE IV —1.5 MG ELEVATED STORAGE TANK, CITY PROJECT NO. 103292-1 ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, April 20 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 second City Business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1.5 MG AWWA D 107 Composite Elevated Storage Tank, associated site work, and associated yard piping consisting of installation of approximately 150 LF of 24" Water Pipe (restrained joints), and appurtenances. 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. Prequalification submittals shall be in accordance with Section 00 21 13 — Instructions to Bidders, Section 00 45 11 — Bidder Prequalifications, and Section 3316 19 — Composite Elevated Water Storage Tank. Failure to comply with the prequalification requirements set forth shall result in the resection of the bid as non -responsive. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. See Links below: • Addenda: https://docs.b360.autodesk.com/shares/996e7188-085d-4d8b-a682- dl a7bf1 b6850 • Bid Plans and Specifications: https://docs.b360.autodesk.com/shares/0f136508-2792- 4878-96c5-1d3b4d2d31a1 Copies of the Bidding and Contract Documents may be purchased from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/19/2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Kimley-Horn and Associates, Inc. 801 Cherry St., Suite 1300, Unit 11 Fort Worth, TX 76102 Attn: Kyle Welden, P.E. Phone Number: 817-335-6511 Email Address: Kyle.Welden@kimley-horn.com The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100.00, Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 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. See Link below: Plan Holders: https://does.b360.autodesk.comishares/8419cc3f-d341-47cc-bf51-9231b7c480d7. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http: //fortworthtexas.gov,'purchasi ng/ PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: April 4, 2023 TIME: 9:00 AM, CST https://fortworthtexas.webex.com/fortworthtexas/j.php?MTID=m9c1161 d473f15e212a592258 d6776851 Additional invitations with any changes to the link to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. A site visit will be held at the proposed project site following the prebid conference at the following date, time, and location: DATE: April 4, 2023 TIME: 10:30 AM, CST LOCATION: Approximately 12579 Aledo Road, Fort Worth, Texas 76126 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/19/2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 11 13 INVITATION TO BIDDERS City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Goderya, PhD, P.E. City of Fort Worth Email: Farida.Goderya@fortworthtexas.gov Phone: 817-392-8214 AND/OR Attn: Kyle Welden, P.E., Kimley-Horn Email: kyle.welden@kimley-horn.com Phone: 817-335-6511 ADVERTISEMENT DATES March 23, 2023 March 30, 2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/1 9/202 1 Page 3 of 3 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS arc 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 seven'-(7) fourteen (14) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 202 I WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.1. Paving — Requirements document located at: https: //apps. fortworthtexas. gov/Proj ectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequal ification%20Program/PREOUALIFICATION%2OREO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https: //apps. fortworthtexas. gov/Pro�ectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalifrcation/TPW%20Roadwa v%20and%20Pedestrian%20Lighting%20Preaualification%20PrograniISTREET% 20LIGHT%20PREOUAL%2OREQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://apes.fortworthtexas.aov/ProiectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 OSanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.1.4 Composite Elevated Storage Tank — See Article 3.5 — Special Qualifications 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven-(7) fourteen (141 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. 3.5. Special qualifications required for this project include the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 3.5.1. Bidder shall provide preuualification submittal for the construction of a 1.5 MG AWWA D107 composite elevated storage tank. Preaualification submittal shall satisfy all requirements set forth in Part 1.9 of Section 33 1619 and shall also meet requirements set forth in Section 00 45 11 and be submitted to the City no later than end of business fourteen (14) days prior to Bid Opening. Any bid not satisfying these requirements shall be rejected as non -responsive. 3.5,2. The City will provide a list of prepualified 1.5 MG AWWA D107 composite elevated storage tank contractors seven (7) days prior to the date of the opening of the bids. 3.5,3. Any contractor already pre -qualified by the Water Department must request in writing (letter or e-mail) that they desire to be prep ualified for this project no later than end of business fourteen (14) days prior to Bid Opening. 4. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV -- 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 6of10 City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Farida Goderya, PhD, P.E., Water Department Email: farida.goderya@fortworthtexas.gov Phone: 817-392-8214 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https:/Jdocs.b360.autodesk.com/shares/6d80bb95-0ce7- 4b71-83c0-b90cae718825 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 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 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. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrarv.amlegal.corn/codesfftworth/latestlftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 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 as 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted an 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. lithe 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 hid 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 ©ids, 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WfiSTSIDE IV — 1,5 MO EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 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 be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.udf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated November 2, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 003513-1 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 3513 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 exercises discretion in planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Office Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Govemment Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. hlips://www.ethics.state,tx.us/data/forms/conflict/CIQ.pdf https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Landmark Structures I, LP Company By: Christopher Lemon 1665 Harmon Road Signature: Address Fort Worth, TX 76177 City/State/Zip ( Title: CEO of Landmark Structures Management LLC (Please Print) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 24.2020 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be tiled with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. OFFICE USE ONLY Date Received J Name of vendor who has a business relationship with local governmental entity. that you file an updated day after the date on which J Check this box if you are filing an update to a previously filed questionnaire. (The law requires completed questionnaire with the appropriate filing authority not later than the 7th business you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the Information is being disclosed. NONE Name of Officer J Describe each employment or other business relationship with the local government officer, officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with Complete subparts A and B for each employment or business relationship described. Attach CIO as necessary. NONE A. Is the local government officer or a family member of the officer receiving or likely other than investment income, from the vendor? or a family member of the the local government officer. additional pages to thls Form to receive taxable income, income, from or at the direction is not received from the Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment of the local government officer or a family member of the officer AND the taxable income local governmental entity? Yes No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership Interest of one percent or more. NONE J the officer one or more gifts ❑ Check this box if the vendor has given the local government officer or a family member of as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). LI Landmark S r y/ZaleaZ 3 g uro f vendor doin busine withh the overnmental entity Date ChrsstopLier Lamon, CEO o Landmark Structures Management LLC Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.Iegis.state.bcus/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT N/A (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement in accordance with Chapter 176, Local Government Code. OFFICE USE ONLY i Date Received Name of Local Government Officer Office Held JName of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code JDescription of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. JList gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) ,J AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B), Local Govemment Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said , this the day of 20 to certify which, witness my hand and seal of office. _ Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local government officer. Local Government Code § 176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code § 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11 /30/2015 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: WESTSIDE IV - 1.5 MG ELEVATED STORAGE TANK City Project No.: 130292-1 Units/Sections: 1.5 MG ELEVATED STORAGE TANK 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 conditions 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Elevated Storage Tank Prequalification b. Water Transmission, Development, 24-Inches and Smaller c. Concrete Paving Construction (Less than 15,000 square yards) 4. Time of Completion 4.1. The Work will be substantially complete within 420 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work will be complete for Final Acceptance within 480 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. 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, CIO or CIS forms are to be provided directly to City Secretary h. Schedule of Suppliers, Section 00 43 36 (optional at time of bid) i. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 WESTSIDE IV— 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 41 00 BID FORM 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. Total Bid $5, L70, 000 7. Bid Submittal This Bid is submitted on Respectfully By:� its (Signature) Christopher Lamon (Printed Name) Title: CEO of Landmark Structures Management LLC Company: Landmark Structures 1, LP Address: 1665 Harmon Road Ft. Worth, Texas 76177 State of Incorporation: Texas Email: estimating@teamlandmark.com Phone: (817) 439-8888 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: 4/6/23 Addendum No. 2: 4/10/23 Addendum No. 3: 4/17/23 Addendum No. 4: Corporate Seal: WESTSIDE IV —1.5 MG EST CITY PROJECT NO 103292-1 Project Date: March 2023 CC 4141 RID PROPOSAL Pep l ctI SECTION 00 42 43 PROPOSAL I'ORM LUMP SUM PRICE BID Bidder's Application BASE BID Project Item Information Bidder's Proposal Hidlin Item No. Descrrpt on Specification Section No. Unit of Measure Bid �� tity Unit Rice Bid Value 1 Elevated Storage Tank - Construction of a 1.5 MG Composite Elevated Storage Tarn and appurtenances. foundation. excavation, and any other inprovements not specifically Identified In the other lump sum items, including aR equipment materials and services required In accordance with the Contract Documents (Excluding Interior Coating Svatem -Alternate Bid 1 and 21 Various LS 1 4 y'L coo l ! f y'Z �� 1 2 Electrical - Construction and installation of all electrical improvements Including all equipment, materials and coordination with Tri-County Electric Cooperative for service Tine (provided by TCEC) required in accordance wth the Contract Documents. Various LS 1 188,900 188,900 3 Instrumentation and Integation - Construction and installation of all control and instrumentation improvements including a0 equipment and materials required In accordance with the Contract Documents. Various LS 1 105,000 105,000 4 Yard Piping • Construction and Installation of all yard piping Improvements and associated appurtenances including all equipment. materials, and services in accordance with the Contract Documents. Various LS 1 175,000 175,000 5 Trench Safety - Alt trench safety measures related with the construction of the work In accordance with the Contract Documents. 33 05 10 LF 220 5 1,100 6 Site Improvements - construction and installation of all site improvements including site preparation, site grading, fencing, surface restoration, drainage improvements, paving Improvements including all equipment, materials. and services in accordance with the Contract Documents Various LS 1 280,000 280,000 7 Construction Allowance WA LS 1 $100,000.00 $100.000.00 Base Bid Total (Tank and Site Improvements)] ✓� ALTERNATE BID 1 Project Rem Information Bidder Proposal Bidlist Item No. Description Specification n Section N. Unit of Measure Bid Quantity Unit Price Bid Value 9 Polyurethane Interior Coating Sytem - Application andinstalation of interior coaling system and any other improvements not specifically identified in the other lump sum items, including at equipment materials and services required in accordance vnth the Contract Documents. 09 9714 LS 1 408,000 408,000 Alternate Bid 1 Total (Polyurethane Interior Coating System) Total Alternate 11 408.000 f ALTERNATE BID 2 Project item Information Bidder' Proposal Um Bidlist n No. Description Specification Section No. Unit Meuurc Bid Quantity Unit Price Bid Value BA Epoxy Interior Coating Sytem - Application and installation of interior coating system and any other improvements not specifically Identified In the other lump sum items, Including all equipment materials and services required In accordance with the Contract Documents. 09 9714 LS 1 398,000 398,000 Alternate Bid 2 Total (Epoxy Interior Coating System) Total Alternate 21 399.000 1 Bid Summa 5/ 479, qro 5 1.40. 1100 'Contractor shall provide a bid price for both Alternate Bld 1 and Altemate Bid 2. The City reserves the right to select the responsible low bidder of either Total Bid 1 or Total Bid 2. ry END OF SECTION CI Y OF FORT WORTH STA.DARO CONSTRUCTION SPF.CF/CATION DOCUNENTS Fern Ruses 2012201/20 Total Bld 1 (Alternate 1 and Base Bid) Total Bid 2 (Alternate 2 and Base Bid) WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292.1 Prgeel Dun. M A 2073 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: CO 4313 BID BOND Page 1 of 2 That we, Landmark Structures I, LP , known as "Bidder" herein and Fidelity and Deposit Company of Maryland a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City f Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percen (5°/ of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, xas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as WESTSIDE IV - 1.5 MG ELEVATED STORAGE TANK NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas. Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED nd SEALED this instrument by duly authorized agents and officers on this the �Q day of ff' 1 • L, , 2023. AT'T Linda E. nt' o - Pre -Construction Coordinator 1tne�sss to Psircipati CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2017711/09 PRINCIPAL: Landmark Structures I, LP BY: Signature Christopher Lamon, CEO of Landmark Structures Management LLC Name and Title WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 004313 BID BOND Page 2 of 2 Address: 1665 Harmon Road Fort Worth, Texas 76177 SURETY: Fidelity and Deposit Company of Maryland BY: f Si nature Donna M. Planeta, Attorney -in -Fact Name and Title Address: C/o ZURICH, 1299 Zurich Way, 5th Floor Schaumburg. IL 60196-1056 Telephone Number: 847.605.6000 Attach Power of Attorney (Surety) for Attorney -in -Fact '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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2017/11/09 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jacqueline R. SUSCO, Kathryn PRYOR, Nicholas TURECAMO, Gentry STEWART, Amanda P. D ANGELO, Donna M. PLANETA, Bethany STEVENSON, Joshua SANFORD, Aimee R. PERONDINE, Jennifer G. GODERE, Alexis R. APOSTOLIDIS, Michelle Anne MCMAHON, Rebecca M. JOSEPHSON, Brendan W. FLETCHER, Cassandra BAEZ, of Hartford, Connecticut, EACH, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 26th day of August, A.D. 2021. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 26th day of August, A.D. 2021, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument. and acknowledged the execution of same, and being by me duly sworn. deposeth and saith. that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. 'dn nu� Authenticity of this bond can be conftrmea at oonavalidator.zurichna.com or 410-559-8790 „wrurr,e 01. a ; ,tt.>. r Constance A. Dunn. Notary Public My Commission Expires: July 9.2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the l5th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY H EREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this acts dayof.®i-i't Z0Z3- By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfclaimsOzurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Texas important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 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) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH AVISO IMPORTANTE Para obtener informacidn o para presentar una queja: Usted puede !lamer al numero de telefono gratuito de Zurich North America's para obtener informacidn o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- parnias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacicn, usted debe comunicarse con la companla primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propbsitos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 30, 2022 Pursuant to the provisions of the Delaware Revised Uniform Limited Partnership Act, the undersigned, being the general partner (the "General Partner") of Landmark Structures I, LP, a Delaware limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and William Fields (each, an "Officer" and together, the "Officers") have been appointed as Chief Executive Officer and Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (a) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (b) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (c) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures I, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRIT 1EN CONSENT OF LANDMARK STRUCTURES I, LP] EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8 Attorncvs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vicc President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, rceognizances, stipulations. undertakings, or outer like instruments on behalf of the Company. and may atihorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vicc President of the ZURICII AMERICAN INSURANCE COMI'ANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Powcr of Attomcy is still in full force and effect on the date of this certificate; and l do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICII AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vicc President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary. or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shell be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY NNHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this acdls day of ,i-i' L , Zola. By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www. reportsfelaims(a)zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at hondvalidator.zurichnn.com or 410-559-8790 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 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) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdl.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH AVISO IMPORTANTE Para obtener informacibn o para presentar una queja: Usted puede Ilamar al numero de telbfono gratuito de Zurich North America's para obtener informacibn o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacibn sobre com- pafifas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacibn, usted debe comunicarse con la compafila primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propbsitos informativos y no se con- vierte en parte o en condicibn del documento adjunto. U-GU-296-E (06/16) Page 1 of 1 004336-1 SCHEDULE OF SUPPLIERS Page 1 of 2 SECTION 00 43 36 SCHEDULE OF SUPPLIERS The Contract Documents are based upon the equipment or products available from the Base Bid Suppliers denoted as "a", "b", etc. No space or form has been made in the Contract Bid Documents to write in products/equipment from alternate suppliers. Bidders proposing equivalent quality products or equipment shall conform to the requirements described in the technical specifications. The Bidder must indicate in its Bid which Base Bid Supplier the Bidder intends to use for each item of equipment listed on this form by circling one of the listed Base Bid Suppliers. Should a Bidder fail to circle a Base Bid Supplier in a category, it shall furnish the equipment of Base Bid Supplier "a". Should a Bidder circle two or more Base Bid Suppliers, it shall furnish the equipment of the lesser -lettered Base Bid Supplier. If, following award of contract, a proposed alternate supplier is determined "not equivalent" by the City, the Bidder shall provide the equipment of Base Bid Supplier "a". Bidder shall submit this Schedule of Suppliers no later than 2:00 PM, on the second City business day after the bid opening date, exclusive of the bid opening date. Iteni No. Equipment or Material Specification Section Base Bid Supplier 1 Motorized Valve Actuator 33 0910 a. b. Beck Rotork IQ J c. AUMA I 2 Ductile Iron Pipe 33 11 10 Ia. American b. c. d. McWane US Pipe Griffin 3 Buried Steel Pipe and Fittings 33 11 14 a. b. c. Northwest Pipe Company Thompson Pipe Group American Cast Iron Pipe Company N/A - not used on project 4 Mortar Lined Steel Pipe 33 11 15 a. b. c. Northwest Pipe Company Thompson Pipe Group American Cast Iron Pipe Company N/A - not used on project 5 Resilient Seated Gate Valve 33 12 20 a. American Flow Contro b. c. d. e. f. Kennedy Valve M&H Mueller Clow US Pipe 6 AWWA Rubber -Seated Butterfly Valves — Standard 33 12 21 a. Pratt b. Mueller WESTSIDE IV —1.5 MG EST City Project No. 103292-1 Project Date: March 2023 00 43 36-2 SCHEDULE OF SUPPLIERS Page 2 of 2 7 A Polyurethane Tank Interior Coating System: Alternate Bid 1 09 97 14 a. b. Tnemec Carbolinc ( c. Sherwin Williams 7 B Epoxy Tank Interior Coating System: Alternate Bid 2 09 97 14 a. b. Tnemec Carboline c. Sherwin Williams 8. Tank Exterior Coating System 09 97 14 a. b. Tnemec Carbolinc c. Sherwin Williams 9. Tank Circulation Equipment 46 41 23 a. Kasco Marine b. PAX Water Technologies END OF SECTION WESTSIDE IV —13 MG EST City Project No. 103292-1 Project Date: March 2023 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 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 State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , 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. Q BIDDER: Landmark Structures I, LP 1665 Harmon Road Fort Worth, Texas 76177 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2011/06/27 By: (Signature) Title: Christopher Lamon, CEO of Landmark Structures Management LLC Date: / ,., L Zaj Z/ Z3 WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Pro}ect Date: Mardi 2023 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder must submit Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted seven (7) fourteen (14) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors 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. The prequalification process will establish a bid limit based on a technical evaluation an4 financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 3-1-'24th day of March in order to be eligible to work on these projects. In order to facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (1) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 the -State -of --Tex-the-pfeperly-lieefisecl-ef-r-egister-ed-voidt-the-te Board of Public Accountancy. o£ ex age of -the Balance Sheet date. (5) he Gi-ly will ..of ertified public a - - s Staten of Am Thi. st be @ ated i.. the razing fan (7) The City reserves the right to require a new statement-tt any tirne. ire eri-ieatio b. Bidder Prequalification Applicaiion. A Bidder Prequalification Application must be submitted by films wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided, (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility for Award of Contract a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE 1V —1.S MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 45 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 0045 12 - 1 PREQUALII ICATION STATEMENT Page IofI SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prcqualificd contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Special Prcqualification Elevated Storage Tank Section 33 16 19 :,.asi,MsA4C, 5+rIa*t o..5I) CP 0 - n - Zy Concrete Paving Construction (Less than 15,000 square yards) a 'ur►114 C'XCG►w,4►m,LTD 5 - 3 1 — Z3 Water Transmission. Development, 24-Inchcs and smaller Wt ISM COwf e r S{ev � C� 9. 3 D. Z 3 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Landmark Structures I, LP Company 1665 Harmon Road Address Ft. Worth, Texas 76177 City/State/Zip Title: CEO of Landmark Structures Management LLC (Please Print) Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 Z. 20,7oz3 WPSTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 FORT WORTH Date of Balance Sheet Landmark Structures 1, LP. SECTION 00 4513 PREQUALIFICATION APPLICATION April 5, 2023 Mark only one: Name under which you wish to qualify Fort Worth Individual Limited Partnership General Partnership Corporation Limited Liability Company Texas 76177 Post Office Box City State Zip Code 1665 Harmon Rd Fort Worth Texas 76177 Street Address (required) City State Zip Code p17-L39-8888 Telephone 1817-330-2070 estimating@teamlandmark.com 119802264580 [98-0226458 l ax Email Texas Taxpayer Identification No. Federal Employers Identification No. 101-761-7171 DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Department Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavicheFonWonhTexas.gov Alicia.Garcia@fonwonhtexas;gov clint.hoover@fortwonhtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept, 8851 Camp Bowie West Blvd. Fort Worth, Texas 76116 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: `Bidder Prequalification Application" 00 43 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 I 1 Has less than $6,000,000.00 in annual gross receipts OR nDoes 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 Water Department Composite Elevated Storage Tank Auger Boring - 24-inch diameter casing and less Auger Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 0045 13 -3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CCTV, 24-inches and smaller MAJOR WORK CATEGORIES, CONTINUED 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-inchcs and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,(X)0) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 45 13 -4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIIJI ION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER Mobile Site Cranes Rented from Various Local Vendors Earth Moving and Excavating Equipment Rented from Various Local Vendors Generators Rented from Various Local Vendors Forklifts Rented from Various Local Vendors Air Compressors Rented from Various Local Vendors 2. How many years has your organization been in business as a general contractor under your present name?23 List previous business nameslandmark Structures, Inc. 3. How many years of experience in Elevated Water Tank construction work has your organization had: (a) As a General Contractor:47 (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER Please see attached list in Section 4, item 1. *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you?No If so, where and why?N/A 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? No If so, state the name of the individual, other organization and reason. N/A 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? No If so, state the name of the individual, name of owner and reason. N/A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV - 1.5 MO EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 45 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business arc you financially interested? Landmark is interested in renewing our prequalification status for the construction of water storage tanks and related appurtenances. 9. Have you ever performed any work for the City?Yes If so, when and to'whom do you refer'' City Project No. 103428 - South Westside V Elevated Storage Tank 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 SSAB 12400 Highway 43N, Axis, AL 36505 Cla-val PO Box 1325, Newport Beach, CA 92659 American Lightning Protection PO Box 162868, Fort Worth, TX 76161 Core & Main PO Box 28330, St Louis, MO 63146 CMC Rebar PO Box 1088, Dallas, TX 75312 Colony Hardware Fort Worth 500 S. Jennings Ave, Fort Worth, TX 76104 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. None. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR MAGNITUDE YEARS OF AND TYPE OF EXPERIENCE ; WORK IN WHAT CAPACITY OFFICE Please see attached Resumes and Construction Experience in Section 3. 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. Nnt applirahlk CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13.2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Texas Charter/File No. Date of organization 7/i/2000 President Is partnership general, limited, or registered limited Iiability partnership? Limited Vice Presidents File No. (if Limited Partnership) General Partners/Officers Landmark Structures Management LLC Secretary Limited Partners (if applicable) Icon Borrower LP "Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Christopher Lamon, CEO of Landmark Structures Management LLC 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13.2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Dale: March 2023 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 $ 5,193,137.97 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. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 Please see Section 5 for detailed list and balance sheet value. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 0045 13-8 BIDDER PREQUALtF1CATION APPLICATION ' Page 8 of8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Tarrant 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 submittcr 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. Christopher Lamon , being duly sworn, deposes and says that he/she is the CEO of Landmark Structures Management LLC . the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Landmark Structures I, LP Christopher Lamon, CEO of Landmark Structures Management LLC Sworn to before me this 6th day of April 2023 Notary Public must not be an officer, director, or stockholder or relative thereof. AI E G NotaryLINDID n1323441SANTIAO04 My Cornrnlssion Expires February 4, 2024 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 'Insert Project ?Camel 'Insert Project Number) This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 30, 2022 Pursuant to the provisions of the Delaware Revised Uniform Limited Partnership Act, the undersigned, being the general partner (the "General Partner") of Landmark Structures I, LP, a Delaware limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and William Fields (each, an "Officer" and together, the "Officers") have been appointed as Chief Executive Officer and Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (a) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (b) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (c) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures 1, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRITTEN CONSENT OF LANDMARK STRUCTURES I, LP] 004526- I CONTRACTOR COMPIJANCI. WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas LabDr 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. 103292-1. Contractor further certifies that, pursuant to Texas Labor Code, Scction 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Landmark Structures I, LP Company 1665 Harmon Road Address Fort Worth, Texas 76177 By: Christopher Lamon Signature: _ipe.,e Print Ll/ Title: CEO of Landmark Structures Management LLC City/State1Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT § Christopher Lamon, CEO of Landmark BEFORE ME, the undersigned authority, on this day personally appeared Structures Management LLC known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Landmark Structures I. LP for the puiposcs and consideration therein expressed and in the capacity therein stated. G1V N UNDER MY HAND AND SEAL OF OFFICE this iiRp).Z& day of , 20 23 LINDA E SANTIAGO Notary ID #132344104 My Commission Expires February 4, 2024 oiary Public in and f �r the; otary Public in and f r the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 004540-1 Business Equity Goal Page 1 of 2 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY Tithe total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Finns when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's Business Equity Ordinance No.25165-10-202I, (replacing Ordinance No. 24534-11- 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. BUSINESS EQUITY PROJECT GOAL The City's Business Equity goal on this project is of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS '1'O COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no later than 2:00 p.m., on the third City business day after the bid opening date, exclusive of the bid opening date. The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, 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; or 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor - Protege participation. These forms can be found at: Business Equity Utilization Form and Letter of Intent https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization Form DVIN 2022 220324.pdf CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 27, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 004540-2 Business Equity Goal Page 2 of 2 Letter of Intent https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 2021.pdf Business Equity Good Faith Effort Form https://apps.fortworthtexas.gov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort Form DVIN 2022.pdf Business Equity Prime Contractor Waiver Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor Waiver-220313.pdf Business Equity Joint Venture Form https://apps.fortworthtexas. gov/ProjectResources/ResourcesP/60-MWBE/MWBEJoint Venture 220225.pdf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORIDNINACE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 27, 2021 WESTSIDE IV —1 S MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 005243-t Agreerner.t Page I of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 06/27/2023 , 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 Landmark Structures I, LP authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City end 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: WESTSIDE IV —1,5 MG ELEVATED STORAGE TANK GITY PROJECT NO. 103292-1 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Five Million Six Hundred Seventy Thousand and 00/100 Dollars ($ 5,670,000.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be substantially complete within 420 days after the date when the Contract Time commences to run as_provided in Paragraph 2.02 of the General Conditions. The Work will be complete for Final Acceptance within 480 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 is of the essence of this Agreement and that City will Suffer financial loss if the Work is npt completed within the times specified in Paragraph 4.1 above. plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 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 naY City One Thousand Two Hundred Flftv Dollars ($1.250.00) for each day that expires after the time specified in Paragraph 4.1 for Substantial Completion until the City issue4 the Letter of Substantial Completion in accordance with SC-14.10 of the Supplementary Conditions. After Substantial Completion, if Contractor shall neglect. refuse, or fail to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- WATER FACILITY PROJECTS Revised 11f23/2021 WESTSIDE IV —1.3 MG EST CITY PROJECT NO. 103292.1 Project Date: March 2023 005243-2 Agreement Page 2 of 6 complete the remaining Work for Final Acceptance within 60 days from the date of Substantial Completion, or any proper extension thereof granted by the City, Contractor shall pay City Six Hundred Twenty -Five Dollars ($625.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form l) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Forms) 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. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. 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 operate and be effective even if it is alleged or proven that all or some of the damages being CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- WATER FACILITY PROJECTS Revised 11/23/2021 WESTSIDE IV — 1.5 MO EST C 1TY PROJECT NO. 103292-1 Project Date: March 2023 005243-3 Agreement Page 3 of 6 sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against 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 specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 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 Severability/Non-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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- WATER FACILITY PROJECTS Revised 11/23/2021 WESTSIDE IV •- 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 005243-4 Agreement Page 4 of 6 In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel 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.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- WATER FACILITY PROJECTS Revised 11/23/2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 005243-5 Agreement Page 5 of 6 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. 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 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- WATER FACILITY PROJECTS Revised 11/23/2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Datc: March 2023 005243-6 Alreemenl Pogo 6 of 6 rN 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: Landmark Structures I, LP City of Fort Worth Christopher Lamon (Printed Name) CEO of Landmark Structures Management LLC . By: Dana Burandoff 6u Da•a 'phdo'':Aut.1 )23:'.e90 Dana Burghdoff Assistant City Manager Aug 15, 2023 Date Title Attest. 1665 Harmon Road Address Ft. Worth, Texas 76177 City/State/Zip June 27, 2023 Date �onAn�� Janne%te Goodall, City Secretary o F OR jj a„ aoo°°°00000 g A ooQ�d (Seal) ° .{�d Gvg D M&C: 23-0520o� o =d Date: 06/27/23 ° o n ° PJ. °°O00000°o z Form 1295 No.: 2025-1012356 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. Farida Coderya, PhD, P.E. Senior Project Manager, Water Department Approved as to Form and Legality: C GIJ.. 15.:::::712 CD'. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- WATER FACILITY PROJECTS Revised I1/23/1021 Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Chtireo fief i1ttatiet Chris Harder, P.E. Director, Water Department 1 WESTSIDEIV LS E°T �. CITY PROJECT - NO. 10329MG2I k. ProjectDaic: Mg, h ?023 T. WORTH, TX This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 30, 2022 Pursuant to the provisions of the Delaware Revised Uniform Limited Partnership Act, the undersigned, being the general partner (the "General Partner") of Landmark Structures I, LP, a Delaware limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and William Fields (each, an "Officer" and together, the "Officers") have been appointed as Chief Executive Officer and Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (a) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (b) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (c) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures I, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRITTEN CONSENT OF LANDMARK STRUCTURES I, LP] SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT That we, Landmark Structures I, LP 006113-1 PERFORMANCE BOND Page I of 2 Bond No. 9412683 KNOW ALL BY THESE PRESENTS: "Principal" helcin and Fidelity and Deposit Company of Maryland known as , 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 sum o>y Five Million Six Hundred Seventy Thousand and 00/100 Dollars ($ 5,670,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 27 day of June , 20 23, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK, City Project No. 103292-1. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall iie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. Criv OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revocel Iuly I, 201 I W ESTSI DS IV — I S MO EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 61 13-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 27 day of June ,2023 // William O. Fields, Jr. (Principal) Secretary PRINCIPAL: Landmark Structures I, LP BY: C/ 4 Signature Christopher Lamon, CEO of Landmark Structures Management LLC Name and Title Address: 1665 Harmon Road Linda E. Santiago • Pre -Construction Coordinator Ft. Worth. Texas 76177 itness as to Principal SURETY: Fidelity and Deposit Company of Margklnd BY: Signalire Gentry Stewart, Attorney -in -Fact Name and Title Address: c/o ZURICH, 1299 Zurich Way, Sth Floor Schaumburg, IL 60196-1056 Witness as to Surety Telephone Number: 847.605.6000 Benny A Nieves -Romani *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 hrly 1, 2011 WESTSIDEIV-1.5MOEST CITY PROJECT NO. 103292-1 Project Date: March 2023 This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 30, 2022 Pursuant to the provisions of the Delaware Revised Uniform Limited Partnership Act, the undersigned, being the general partner (the "General Partner") of Landmark Structures I, LP, a Delaware limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and William Fields (each, an "Officer" and together, the "Officers") have been appointed as Chief Executive Officer and Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (a) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (b) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (c) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures I, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRITTEN CONSENT OF LANDMARK STRUCTURES I, LP] ' THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND § § That we, Landmark Structures I, LP 006114-1 PAYMENT BOND Page 1 of2 Bond No. 9432683 KNOW ALL BY THESE PRESENTS: , known as "Principal" herein, and Fidelity and Deposit Company of Maryland , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Five Million Six Hundred Seventy Thousand and 00/100 Dollars ($ 5,670,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, sucr.nssors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 27 day of June , 20 23 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK, City Project No. 103292-1. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Govemment Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 WFSTSIDE IV — l.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 006114.2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 27 June , 2(1 23 • A 1 LEST: William O. Fields, Jr. (PrinciSecretary Linda E. Santiago - Pre Construction Coordinator Witness as to Principal ATTEST: PP TNCIP A L: Landmark Structures I, LP day of BY: Signature Christopher Lamon, CEO of Landmark Structures Management LLC Name and Title Address: 1665 Harmon Road Ft. Worth, Texas 76177 SURETY: Fidelity and Deposit Company of Maryland BY: Signature Gentry Stewart, Attorney -in -Fact (Surety) Seaway kw:ia Buxton, Witness Name and Title Witness as to Surety Benny A Nieves -Romani Address: c/o ZURICH, 1299 Zurich Way, Sth Floor Schaumburg, IL 60196-1056 Telephone Number: 847.605.6000 Note: If signed by an officer of the Surety, there must be 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 WESTSIDEIV -- 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 00 61 19 MAINTENANCE BOND 0061 19- 1 MAINTErJANCE BOND Page 1 of 3 Bond No. 9J;,2683 'THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Landmark Structures I, LP , known as 'Principal" herein and Fidelity and Deposit Company of Maryland , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Five Million Six Hundred Seventy Thousand and 00/ 100 Dollars ($ 5,670,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with thc City awarded the 27 day of June , 20 23 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK, City Project No. 103292-1 ; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2C1 1 WESTSIDE IV — 1.3 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 006119-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 0061 19-3 MAINTENANCE BOND Page 3 oil IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 27 day of June , 20 23 7A• William O. Fields, Jr. (Prin • Secretary PRINCIPAL: Landmark Structures I, LP BY: Signature Christopher Lamon, CEO of Landmark Structures Management LLC Name and Title Address: 1665 Harmon Road Linda E. Santiago - Pre -Co truction Coordinator Ft. Worth, Texas 76177 ltness as to Principal SURETY: Fidelity and Deposit Company of Maryland BY: Gentry Stewart, Attorney -in -Fact Name and Title Address: c/o ZURICH, 1299 Zurich Way, Sth Floor is Buxton, Witness Schaumbure. IL 60196-1056 Wttrtess as to Surety Benny A Nieves -Romani ''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 DOCUMPNTS Revised July 1.2011 Telephone Number. 847.605.6000 WESTSIDEIV—I.SMOEST CITY PROJECT NO. 103292-1 Project Date: March 2023 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the Slate of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by Robert D. Murray, Vice President. in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies. which arc set forth on the reverse side hereof and arc hereby certified to be in Lull force and effect on the date hereof. do hereby nominate, constitute, and appoint Jacqueline R. SUSCO. Kathryn PRYOR. Nicholas TURECAMO, Gentry STEWART, Amanda P. D ANGELO, Donna M. PLAIN ETA, Bethany STEVENSON, Joshua SANFORD, Aimee R. PFRONDINE, Jennifer G. GODERE, Alexis R. APOSTOLIDiS. Michelle Anne MCMAHON, Rebecca M. JOSEPHSON. Brendan W. FLETCHER, Cassandra BAEZ, of Hartford, Connecticut, EACH, its true and lawful agent and Attorney -in -Fact. to make. execute. seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply. to all Intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Zi3RICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland.. and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills. Maryland.. in their own proper persons. The said Vice President dots hereby certify that the extract set forth on the reverse side hereof is a True copy of Article V, Section 11. of the By -Laws of said Companies, and is now in force, IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corportste Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MAR't LA D. this 26th day of August, A.D. 2021. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND D By: Robert D. Murray free President By: Dawn E Brown Secretary State of Maryland County of Baltimore On this 26th day of August. A.D. 2021. before the subscriber. a Notary Public of the State of Maryland, duly commissioned and qualified. Robert D. Murray. Vier President and Dawn E. Brews. secretary of the Companies, to me personally known to be she individuals and officers described in and who executed the preceding Instrument, and acknowledged the execution of same, and being by me duly sworn. deposeth and saith, that he•she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument arc the Corporate Seals of said Companies. and that the said C'orpyrncSAifdan$, the signature as such officer were duty affixed and subscnhed to the said instrument by the authonty and direction of the said Corporations. = r... •ram ,, (r.' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. M1 r^ _ • �.,.ti _ 0gf5171e'tr� yam' ^! i'+ sU,3ti ;: Constance A. Dunn, Notary Public 1- 'e` - ., . '' �'"l - ~ ' My Commission Expires: July 9. 2023' „, r." Authenticity of this bond con be conftrmea ai utrttavaNdator.zurichna.com or 410-559-8790 - -- EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section S, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by wrinen instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto: and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate: and 1 do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Powcr of Attorney and Certificate may bc signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 27th day of June . 2023 . By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg. II.60196-1056 WW%1.rcportsfclaims4 zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bond%alidator.zurich na.com or 410-559-8790 Disclosure Statement NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION ZURICH If you want to learn more about the compensation Zurich pays agents and brokers visit: http:/fwww.zurichnaproducercompensation.com or call the following toll -free number: (866) 903-1192. This Notice is provided on behalf of Zurich American Insurance Company and its underwriting subsidiaries. U-GU-874-A CW (06/11) Page 1 of 1 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 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) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Zurich North America's para obtener informacion o para presenter una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panies, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E (06115) Page 1 of 1 NAMED INSURED: Landmark Structures I, L.P. POLICY NUMBER: 46UEAKQ1986 COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and "our" refer to the stock insurance company member of The Hartford providing this insurance. The word "insured" means any person or organization qualifying as such under Section II — Who Is An Insured. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V — Definitions. SECTION I — COVERAGES COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in Section III — Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments — Coverages A and B. b. This insurance applies to "bodily injury" and "property damage" only if: (1) The "bodily injury" or "property damage" is caused by an "occurrence" that takes place in the "coverage territory"; (2) The "bodily injury" or "property damage" occurs during the policy period; and Prior to the policy period, no insured listed under Paragraph 1. of Section II — Who Is An Insured and no "employee" authorized by you to give or receive notice of an "occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred, in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the "bodily injury" or "property damage" occurred, then any continuation, change or resumption of such "bodily injury" or "property damage" during or after the policy period will be deemed to have been known prior to the policy period. c. "Bodily injury" or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of Section 11 — Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim: (1) Reports all, or any part, of the "bodily injury" or "property damage" to us or any other insurer; (2) Receives a written or verbal demand or claim for damages because of the "bodily injury" or "property damage"; or (3) Becomes aware by any other means that "bodily injury" or "property damage" has occurred or has begun to occur. d. Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services or death resulting at any time from the "bodily injury". e. Incidental Medical Malpractice And Good Samaritan Coverage "Bodily injury" arising out of the rendering of or failure to render the following health care services by any "employee" or "volunteer worker" shall be deemed to be caused by an "occurrence" for: (3) HG 00 01 09 16 Page 1 of 21 © 2016 The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) 00 61 25 - CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 (1) Professional health care services such as: (a) Medical, surgical, dental, laboratory, x- ray or nursing services or treatment, advice or instruction, or the related furnishing of food or beverages; (b) Any health or therapeutic service, treatment, advice or instruction; or (c) The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances; or (2) First aid services, which include: (a) Cardiopulmonary resuscitation, whether performed manually or with a defibrillator; or (b) Services performed Samaritan. For the purpose of determining the limits of insurance, any act or omission together with all related acts or omissions in the furnishing of these services to any one person will be considered one "occurrence". However, this Incidental Medical Malpractice And Good Samaritan Coverage provision applies only if you are not engaged in the business or occupation of providing any of the services described in this provision. 2. Exclusions This insurance does not apply to: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. b. Contractual Liability "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury" or "property damage", provided: as a Good Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. c. Liquor Liability "Bodily injury" or "property damage" for which any insured may be held liable by reason of: (1) Causing or contributing to the intoxication of any person; (2) The furnishing of alcoholic beverages to a person under the legal drinking age or under the influence of alcohol; or Any statute, ordinance or regulation relating to the sale, gift, distribution or use of alcoholic beverages. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in: (a) The supervision, hiring, employment, training or monitoring of others by that insured; or (b) Providing or failing to provide transportation with respect to any person that may be under the influence of alcohol; if the "occurrence" which caused the "bodily injury" or "property damage", involved that which is described in Paragraph (1), (2) or (3) above. However, this exclusion applies only if you are in the business of manufacturing, distributing, selling, serving or furnishing alcoholic beverages. For the purposes of this exclusion, permitting a person to bring alcoholic beverages on your premises, for consumption on your premises, whether or not a fee is charged or a license is required for such activity, is not by itself considered the business of selling, serving or furnishing alcoholic beverages. d. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. e. Employer's Liability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: (3) (a) Page 2 of 21 HG 00 01 09 16 (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to liability assumed by the insured under an "insured contract". f. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured. However, this subparagraph does not apply to: (i) "Bodily injury" if sustained within a building and caused by smoke, fumes, vapor or soot produced by or originating from equipment that is used to heat, cool or dehumidify the building, or equipment that is used to heat water for personal use, by the building's occupants or their guests; (ii) "Bodily injury" or "property damage" for which you may be held liable, if you are a contractor and the owner or lessee of such premises, site or location has been added to your policy as an additional insured with respect to your ongoing operations performed for that additional insured at that premises, site or location and such premises, site or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that additional insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (c) Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for: (i) Any insured; or (ii) Any person or organization for whom you may be legally responsible; (d) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. However, this subparagraph does not apply to: (i) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipment" or its parts, if such fuels, lubricants or other operating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not apply if the "bodily injury" or "property damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location with the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; (ii) "Bodily injury" or "property damage" sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being performed by you or on your behalf by a contractor or subcontractor; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; or (e) At or from any premises, site or location on which any insured or any contractors or subcontractors working HG00010916 Page 3 of 21 g• directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants". (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". However, this paragraph does not apply to liability for damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment"; or (6) An aircraft that is not owned by any insured and is hired, chartered or loaned with a paid crew. However, this exception does not apply if the insured has any other insurance for such "bodily injury" or "property damage", whether the other insurance is primary, excess, contingent or on any other basis. h. Mobile Equipment "Bodily injury" or "property damage" arising out of: (1) The transportation of "mobile equipment" by an "auto" owned or operated by or rented or loaned to any insured; or (2) The use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolition, or stunting activity. i. War "Bodily injury" or "property damage", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. j. Damage To Property "Property damage" to: Page 4 of 21 HG 00 01 09 16 (1) Property you own, rent, or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) (4) Personal property in the care, custody or control of the insured; That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising from the use of elevators. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to borrowed equipment while not being used to perform operations at the job site. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". k. Damage To Your Product "Property damage" to "your product" arising out of it or any part of it. I. Damage To Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations hazard". (5) Property loaned to you; This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. m. Damage To Impaired Property Or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work" after it has been put to its intended use. n. Recall Of Products, Work Or Impaired Property Damages claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product"; (2) "Your work"; or (3) "Impaired property"; if such product, work, or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. o. Personal And Advertising Injury "Bodily injury" arising out of "personal and advertising injury". p. Access or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) Any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) The Toss of, Toss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, HG 00 01 09 16 Page 5 of 21 q. public relations expenses or any other loss, cost or expense incurred by you or others arising out of that which is described in Paragraph (1) or (2) above. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of "bodily injury". As used in this exclusion, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. Employment -Related Practices "Bodily injury" to: (1) A person arising out of any "employment — related practices"; or (2) The spouse, child, parent, brother or sister of that person as a consequence of "bodily injury" to that person at whom any "employment -related practices" are directed. This exclusion applies: (1) Whether the injury -causing event described in the definition of "employment - related practices" occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liable as an employer or in any other capacity; and To any obligation to share damages with or repay someone else who must pay damages because of the injury. r. Asbestos (1) "Bodily injury" or "property damage" arising out of the "asbestos hazard". (2) Any damages, judgments, settlements, loss, costs or expenses that: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard"; (b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, encapsulate, contain, treat, detoxify or neutralize or in any way respond to or (3) assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or suit for damages because of testing for, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of an "asbestos hazard". s. Recording And Distribution Of Material Or Information In Violation Of Law "Bodily injury" or "property damage" arising directly or indirectly out of any action or omission that violates or is alleged to violate: (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or addition to such law; (2) The CAN-SPAM Act of 2003, including any amendment of or addition to such law; The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACIA); or (4) Any federal, state or local statute, ordinance or regulation, other than the TCPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or information. Damage To Premises Rented To You — Exception For Damage By Fire, Lightning Or Explosion Exclusions c. through h. and j. through n. do not apply to damage by fire, lightning or explosion to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III — Limits Of Insurance. COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "personal and advertising injury" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "personal and advertising injury" to which this insurance does not apply. We may, at our (3) Page 6 of 21 HG 00 01 09 16 discretion, investigate any offense and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in Section III — Limits Of Insurance; and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments — Coverages A and B. b. This insurance applies to "personal and advertising injury" caused by an offense arising out of your business but only if the offense was committed in the "coverage territory" during the policy period. 2. Exclusions This insurance does not apply to: a. Knowing Violation Of Rights Of Another "Personal and advertising injury" arising out of an offense committed by, at the direction or with the consent or acquiescence of the insured with the expectation of inflicting "personal and advertising injury". b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material, if done by or at the direction of the insured with knowledge of its falsity. c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material whose first publication took place before the beginning of the policy period. d. Criminal Acts "Personal and advertising injury" arising out of a criminal act committed by or at the direction of the insured. e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. f. Breach Of Contract "Personal and advertising injury" arising out of a breach of contract, except an implied contract to g• use another's "advertising idea" in your "advertisement". Quality Or Performance Of Goods Failure To Conform To Statements "Personal and advertising injury" arising out of the failure of goods, products or services to conform with any statement of quality or performance made in your "advertisement". h. Wrong Description Of Prices "Personal and advertising injury" arising out of the wrong description of the price of goods, products or services. i. Infringement Of Intellectual Property Rights J. (1) "Personal and advertising injury" arising out of any actual or alleged infringement or violation of any intellectual property rights such as copyright, patent, trademark, trade name, trade secret, trade dress, service mark or other designation of origin or authenticity; or (2) Any injury or damage alleged in any clam or "suit" that also alleges an infringement or violation of any intellectual property right, whether such allegation of infringement or violation is made by you or by any other party involved in the claim or "suit", regardless of whether this insurance would otherwise apply. However, this exclusion does not apply if the only allegation in the claim or "suit" involving any intellectual property right is limited to: (1) Infringement, in your "advertisement", of: (a) Copyright; (b) Slogan; or (c) Title of any literary or artistic work; or (2) Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement". Insureds In Media And Internet Type Businesses "Personal and advertising injury" committed by an insured whose business is: (1) Advertising, broadcasting, publishing or telecasting; (2) Designing or determining content of web sites for others; or (3) An Internet search, access, content or service provider. However, this exclusion does not apply to Paragraphs a., b. and c. of the definition of "personal and advertising injury" under the Definitions Section. HG 00 01 09 16 Page 7 of 21 For the purposes of this exclusion, the placing of frames, borders or links, or advertising, for you or others anywhere on the Internet, is not by itself, considered the business of advertising, broadcasting, publishing or telecasting. k. Electronic Chatrooms Or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or over which the insured exercises control. I. Unauthorized Use Of Another's Name Or Product "Personal and advertising injury" arising out of the unauthorized use of another's name or product in your e-mail address, domain name or metatags, or any other similar tactics to mislead another's potential customers. m. Pollution "Personal and advertising injury" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any time. n. Pollution -Related Any loss, cost or expense arising out of any: (1) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (2) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". o. War "Personal and advertising injury", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; (3) or Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. p. Internet Advertisements And Content Of Others "Personal and advertising injury" arising out of: (1) An "advertisement" for others on your web site; (2) Placing a link to a web site of others on your web site; Content, including information, sounds, text, graphics, or images from a web site of others displayed within a frame or border on your web site; or (4) Computer code, software or programming used to enable: (a) Your web site; or (b) The presentation or functionality of an "advertisement" or other content on your web site. Right Of Privacy Created By Statute "Personal and advertising injury" arising out of the violation of a person's right of privacy created by any state or federal act. However, this exclusion does not apply to liability for damages that the insured would have in the absence of such state or federal act. (3) q• r. Violation Of Anti -Trust law "Personal and advertising injury" arising out of a violation of any anti-trust law. s. Securities "Personal and advertising injury" arising out of the fluctuation in price or value of any stocks, bonds or other securities. t. Recording And Distribution Of Material Or Information In Violation Of Law "Personal and advertising injury" arising directly or indirectly out of any action or omission that violates or is alleged to violate: (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or addition to such law; (2) The CAN-SPAM Act of 2003, including any amendment of or addition to such law; The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any federal, state or local statute, ordinance or regulation, other than the TCPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or information. (3) Page 8 of 21 HG 00 01 09 16 u. Employment -Related Practices "Personal and advertising injury" to: (1) A person arising out of any "employment — related practices"; or (2) The spouse, child, parent, brother or sister of that person as a consequence of "personal and advertising injury" to that person at whom any "employment -related practices" are directed. This exclusion applies: (1) Whether the injury -causing event described in the definition of "employment - related practices" occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liable as an employer or in any other capacity; and To any obligation to share damages with or repay someone else who must pay damages because of the injury. v. Asbestos (3) (1) "Personal and advertising injury" arising out of the "asbestos hazard". (2) Any damages, judgments, settlements, loss, costs or expenses that: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard"; (b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, encapsulate, contain, treat, detoxify or neutralize or in any way respond to or assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or suit for damages because of testing for, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of an "asbestos hazard". w. Access Or Disclosure Of Confidential Or Personal Information "Personal and advertising injury" arising out of any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of any access to or disclosure of any person's or organization's confidential or personal information. COVERAGE C MEDICAL PAYMENTS 1. Insuring Agreement a. We will pay medical expenses as described below for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (1) The accident takes place in the "coverage territory" and during the policy period; (2) The expenses are incurred and reported to us within three years of the date of the accident; and The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. b. We will make these payments regardless of fault. These payments will not exceed the applicable limit of insurance. We will pay reasonable expenses for: (1) First aid administered at the time of an accident; (2) Necessary medical, surgical, X-ray and dental services, including prosthetic devices; and (3) Necessary ambulance, hospital, professional nursing and funeral services. 2. Exclusions We will not pay expenses for "bodily injury": a. Any Insured To any insured, except "volunteer workers". b. Hired Person To a person hired to do work for or on behalf of any insured or a tenant of any insured. c. Injury On Normally Occupied Premises To a person injured on that part of premises you own or rent that the person normally occupies. d. Workers Compensation And Similar Laws To a person, whether or not an "employee" of (3) HG 00 01 09 16 Page 9 of 21 any insured, if benefits for the "bodily injury" are payable or must be provided under a workers' compensation or disability benefits law or a similar law. e. Athletics Activities To a person injured while practicing, instructing or participating in any physical exercises or games, sports, or athletic contests. f. Products -Completed Operations Hazard Included within the "products -completed operations hazard". g. Coverage A Exclusions Excluded under Coverage A. SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 1. We will pay, with respect to any claim we investigate or settle, or any "suit" against an insured we defend: a. All expenses we incur. b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. c. The cost of appeal bonds or bonds to release attachments, but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. e. All court costs taxed against the insured in the "suit". However, such costs do not include attorneys' fees, attorneys' expenses, witness or expert fees, or any other expenses of a party taxed to the insured. f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. These payments will not reduce the limits of insurance. g• 2. If we defend an insured against a "suit" and an indemnitee of the insured is also named as a party to the "suit", we will defend that indemnitee if all of the following conditions are met: a. The "suit" against the indemnitee seeks damages for which the insured has assumed the liability of the indemnitee in a contract or agreement that is an "insured contract"; b. This insurance applies to such liability assumed by the insured; c. The obligation to defend, or the cost of the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the "occurrence" are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; e. The indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such "suit" and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the "suit"; (b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the "suit"; (c) Notify any other insurer whose coverage is available to the indemnitee; and (d) Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section I — Coverage A — Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance. Page 10 of 21 HG 00 01 09 16 Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insurance in the payment of judgments or settlements; or b. The conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. SECTION II — WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Employees And Volunteer Workers Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or that "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (1)(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. If you are not in the business of providing professional health care services: (a) Subparagraphs (1)(a), (1)(b) and (1)(c) above do not apply to any "employee" or "volunteer worker" providing first aid services; and (b) Subparagraph (1)(d) above does not apply to any nurse, emergency medical technician or paramedic employed by you to provide such services. (2) "Property damage" to property: (a) Owned, occupied or used by, (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Real Estate Manager Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Temporary Custodians Of Your Property Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Legal Representative If You Die Your legal representative if you die, but only HG 00 01 09 16 Page 11 of 21 with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. e. Unnamed Subsidiary Any subsidiary, and subsidiary thereof, of yours which is a legally incorporated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of the Coverage Part. The insurance afforded herein for any subsidiary not named in this Coverage Part as a named insured does not apply to injury or damage with respect to which such insured is also a named insured under another policy or would be a named insured under such policy but for its termination or the exhaustion of its limits of insurance. 3. Newly Acquired Or Formed Organization Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain financial interest of more than 50% of the voting stock, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. 4. Nonowned Watercraft With respect to watercraft you do not own that is less than 51 feet long and is not being used to carry persons for a charge, any person is an insured while operating such watercraft with your permission. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: a. "Bodily injury" to a co -"employee" of the person operating the watercraft; or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. 5. Additional Insureds When Required By Written Contract, Written Agreement Or Permit The following person(s) or organization(s) are an additional insured when you have agreed, in a written contract, written agreement or because of a permit issued by a state or political subdivision, that such person or organization be added as an additional insured on your policy, provided the injury or damage occurs subsequent to the execution of the contract or agreement. A person or organization is an additional insured under this provision only for that period of time required by the contract or agreement. However, no such person or organization is an insured under this provision if such person or organization is included as an insured by an endorsement issued by us and made a part of this Coverage Part. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business and only if this Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (1) The insurance afforded the vendor is subject to the following additional exclusions: This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally Page 12 of 21 HG 00 01 09 16 (f) (9) undertakes to make in the usual course of business, in connection with the distribution or sale of the products; Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Sub- paragraphs (d) or (f); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. b. Lessors Of Equipment (1) Any person(s) or organization(s) from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). (2) With respect to the insurance afforded to these additional insureds this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. Lessors Of Land Or Premises Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. With respect to the insurance afforded these additional insureds the following additional exclusions apply: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors Any architect, engineer, or surveyor, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In connection with your premises; or (2) In the performance of your ongoing operations performed by you or on your behalf. With respect to the insurance afforded these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. e. Permits Issued By State Or Political Subdivisions Any state or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. With respect to the insurance afforded these additional insureds, this insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality; or HG 00 01 09 16 Page 13 of 21 (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". f. Any Other Party Any other person or organization who is not an additional insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In the performance of your ongoing operations; (2) In connection with your premises owned by or rented to you; or In connection with "your work" and included within the "products -completed operations hazard", but only if (a) The written contract or agreement requires you to provide such coverage to such additional insured; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products - completed operations hazard". However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, this insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others (3) by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. The limits of insurance that apply to additional insureds is described in Section III — Limits Of Insurance. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION III — LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard"; and c. Damages under Coverage B. 3. Products -Completed Operations Aggregate Limit The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products - completed operations hazard". 4. Personal And Advertising Injury Limit Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Each Occurrence Limit Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and Page 14 of 21 HG 00 01 09 16 b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Damage To Premises Rented To You Limit Subject to 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning or explosion, while rented to you or temporarily occupied by you with permission of the owner. In the case of damage by fire, lightning or explosion, the Damage to Premises Rented To You Limit applies to all damage proximately caused by the same event, whether such damage results from fire, lightning or explosion or any combination of these. 7. Medical Expense Limit Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. How Limits Apply To Additional Insureds If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: a. The limits of insurance specified in the written contract or written agreement; or b. The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit a. Notice Of Occurrence Or Offense You or any additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and The nature and location of any injury or damage arising out of the "occurrence" or offense. (3) b. Notice Of Claim If a claim is made or "suit" is brought against any insured, you or any additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You or any additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. Assistance And Cooperation Of The Insured You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. Obligations At The Insureds Own Cost No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. e. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written (3) HG 00 01 09 16 Page 15 of 21 contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. f. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs a. and b. apply to you or to any additional insured only when such "occurrence", offense, claim or "suit" is known to: (1) You or any additional insured that is an individual; (2) Any partner, if you or the additional insured is a partnership; Any manager, if you or the additional insured is a limited liability company; (4) Any "executive officer" or insurance manager, if you or the additional insured is a corporation; (5) Any trustee, if you or the additional insured is a trust; or (6) Any elected or appointed official, if you or the additional insured is a political subdivision or public entity. This duty applies separately to you and any additional insured. 3. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. (3) b. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (2) Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (4) Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability; (5) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I - Coverage A - Bodily Injury And Property Damage Liability; (6) When You Are Added As An Additional Insured To Other Insurance Any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance; or When You Add Others As An Additional Insured To This Insurance Any other insurance available to an additional insured. However, the following provisions apply to other insurance available to any person or organization who is an additional insured under this coverage part. (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also (3) (7) Page 16 of 21 HG 00 01 09 16 primary, we will share with all that other insurance by the method described in c. below. (b) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement, or permit that this insurance is primary and non- contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations a. When You Accept This Policy By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business that exist at the inception date of this Coverage Part, we shall not deny coverage under this Coverage Part because of such failure. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to HG 00 01 09 16 Page 17 of 21 impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V — DEFINITIONS 1. "Advertisement" means the widespread public dissemination of information or images that has the purpose of inducing the sale of goods, products or services through: a. (1) Radio; (2) Television; (3) Billboard; (4) Magazine; (5) Newspaper; or b. Any other publication that is given widespread public distribution. However, "advertisement" does not include: a. The design, printed material, information or images contained in, on or upon the packaging or labeling of any goods or products; or b. An interactive conversation between or among persons through a computer network. 2. "Advertising idea" means any idea for an "advertisement". 3. "Asbestos hazard" means an exposure or threat of exposure to the actual or alleged properties of asbestos and includes the mere presence of asbestos in any form. 4. "Auto" means: a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equipment". 5. "Bodily injury" means physical: a. Injury; b. Sickness; or c. Disease sustained by a person and, if arising out of the above, mental anguish or death at any time. 6. "Coverage territory" means: a. The United States of America (including its territories and possessions), Puerto Rico and Canada; b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in a. above; or c. All other parts of the world if the injury or damage arises out of: (1) Goods or products made or sold by you in the territory described in a. above; (2) The activities of a person whose home is in the territory described in a. above, but is away for a short time on your business; or (3) "Personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in the United States of America (including its territories and possessions), Puerto Rico or Canada, in a "suit" on the merits according to the substantive law in such territory or in a settlement we agree to. 7. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". 8. "Employment -Related Practices" means: a. Refusal to employ that person; b. Termination of that person's employment; or c. Employment -related practices, policies, acts or omissions, such as coercion, demotion, evaluation, reassignment, discipline, defamation, harassment, humiliation, discrimination or malicious prosecution directed at that person. 9. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document. 10. "Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. Page 18 of 21 HG 00 01 09 16 11."Impaired property" means tangible property, other than "your product" or "your work", that cannot be used or is Tess useful because: a. It incorporates "your product" or "your work" that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by the repair, replacement, adjustment or removal of "your product" or "your work", or your fulfilling the terms of the contract or agreement. 12."Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning or explosion to premises while rented to you or temporarily occupied by you with permission of the owner is subject to the Damage to Premises Rented To You Limit described in Section III — Limits of Insurance; b. A sidetrack agreement; c. Any easement or license agreement, including an easement or license agreement in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization, provided the "bodily injury" or "property damage" is caused, in whole or in part, by you or by those acting on your behalf. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. includes that part of any contract or agreement that indemnifies a railroad for "bodily injury" or "property damage" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road -beds, tunnel, underpass or crossing. However, Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 13. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". 14. "Loading or unloading" means the handling of property: a. After it is moved from the place where it is accepted for movement into or onto an aircraft, watercraft or "auto"; b. While it is in or on an aircraft, watercraft or "auto"; or c. While it is being moved from an aircraft, watercraft or "auto" to the place where it is finally delivered; but "loading or unloading" does not include the movement of property by means of a mechanical device, other than a hand truck, that is not attached to the aircraft, watercraft or "auto". 15."Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are maintained HG 00 01 09 16 Page 19 of 21 primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". 16."Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful conditions. 17."Personal and advertising injury" means injury, including consequential "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a person or organization occupies, committed by or on behalf of its owner, landlord or lessor; d. Oral, written or electronic publication, in any manner, of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; (3) e. Oral, written or electronic publication, in any manner, of material that violates a person's right of privacy; f. Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement"; or Infringement of copyright, slogan, or title of any literary or artistic work, in your "advertisement". 18. "Pollutants" mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. 19."Products-completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not yet been completed or abandoned. However, "your work" will be deemed completed at the earliest of the following times: (a) When all of the work called for in your contract has been completed. (b) When all of the work to be done at the job site has been completed if your contract calls for work at more than one job site. (c) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed. b. Does not include "bodily injury" or "property damage" arising out of: (1) The transportation of property, unless the injury or damage arises out of a condition in or on a vehicle not owned or operated by you, and that condition was created by the "loading or unloading" of that vehicle by any insured; (2) The existence of tools, uninstalled equipment or abandoned or unused materials; or Products or operations for which the classification, listed in the Declarations or in a policy Schedule, states that products- g• (3) Page 20 of 21 HG 00 01 09 16 completed operations are subject to the General Aggregate Limit. 20."Property damage" means: a. Physical injury to tangible property, including all resulting Toss of use of that property. All such Toss of use shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. As used in this definition, computerized or electronically stored data, programs or software are not tangible property. Electronic data means information, facts or programs: a. Stored as or on; b. Created or used on; or c. Transmitted to or from; computer software, including systems and applications software, hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 21."Suit" means a civil proceeding in which damages because of "bodily injury", "property damage" or "personal and advertising injury" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 22."Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short-term workload conditions. 23. "Volunteer worker" means a person who a. Is not your "employee"; b. Donates his or her work; c. Acts at the direction of and within the scope of duties determined by you; and d. Is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. 24. "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your product"; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 25. "Your work": a. Means: (1) Work or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work or operations. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your work", and (2) The providing of or failure to provide warnings or instructions. HG 00 01 09 16 Page 21 of 21 NAMED INSURED: Landmark Structures I. L.P. POLICY NUMBER: 46UEAKQ1986 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION IV This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Designated Project(s) Or Location(s) Of Covered Operations: Blanket as required by written contract. Blanket as required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. With respect to those person(s) or organization(s) shown in the Schedule above when you have agreed in a written contract or written agreement to provide insurance such as is afforded under this policy to them, Subparagraph f., Any Other Party, under the Additional Insureds When Required By Written Contract, Written Agreement Or Permit Paragraph of Section I1 — Who Is An Insured is replaced with the following: f. Any Other Party Any other person or organization who is riot an insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of: (1) Your ongoing operations performed for such additional insured at the project(s) or location(s) designated in the Schedule; (2) Premises owned by or rented to you and shown in the Schedule; or (3) "Your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products -completed operations hazard", Form HS 24 83 07 13 but only if: (a) The written contract or written agreement requires you to provide such coverage to such additional insured at the projects) or location(s) designated in the Schedule: and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products - completed operations hazard". The insurance afforded to the additional insured shown in the Schedule applies: (1) Only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: (a) During the policy period; and (b) Subsequent to the execution of such written contract or written agreement; and (c) Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Page 1 of 2 © 2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) (2) Only to the extent permitted by law; and (3) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to the person(s) or organization(s) that are additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; or (2) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shown in the Schedule are described in the Limits Of Insurance section. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions, except as otherwise amended below. B. With respect to insurance provided to the person(s) or organization(s) that are additional insureds under this endorsement, the When You Add Others As An Additional Insured To This Insurance subparagraph, under the Other Insurance Condition of Section IV — Commercial General Liability Conditions is replaced with the following: When You Add Others As An Additional Insured To This Insurance (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does not apply to other insurance to which the additional insured in the Schedule has been added as an additional insured. (b) Primary And Non -Contributory To Other Insurance When Required By Contract This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (i) The additional insured in the Schedule is a Named Insured under such other insurance; and (ii) You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured in the Schedule. (c)'Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 83 07 13 NAMED INSURED: Landmark Structures I, LP POLICY NUMBER: 46UEAKQ1988 COMMERCIAL AUTO CA99481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS - BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Covered Autos Liability Coverage is changed as follows: 1. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or agreement. 2. With respect to the coverage afforded by Paragraph A.1. above, Exclusion B.6. Care, Custody Or Control does not apply. B. Changes In Definitions For the purposes of this endorsement, Paragraph D. of the Definitions Section is replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or 2. Any claim or "suit" by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. CA99481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 Insured Copy NAMED INSURED: Landmark Structures I, L.P. POLICY NUMBER: 46UEAKQ1988 COMMERCIAL AUTOMOBILE HA99160312 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Blanket as required by a written contract.) To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED A. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: (1) Any legal business entity other than a partnership or joint venture, formed as a subsidiary in which you have an ownership interest of more than 50% on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance (2) Any organization that is acquired or formed by you and over which you maintain majonty ownership. However, the Named Insured does not include any newly formed or acquired organization: (a) That is a partnership or joint venture, (b) That is an "insured' under any other policy, (c) That has exhausted its Limit of Insurance under any other policy, or (d) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization B. Employees as Insureds Paragraph A.1. - WHO IS AN INSURED - of SECTION II - LIABILITY COVERAGE is amended to add: Form HA 99 16 03 12 d. Any "employee" of yours while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. C. Lessors as Insureds Paragraph A.1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add: e. The lessor of a covered 'auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a driver. Such a leased 'auto" will be considered a covered "auto" you own and not a covered "auto' you hire. D. Additional Insured if Required by Contract (1) Paragraph A.1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add: f. When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your business auto policy, such person or organization is an "insured", but only to the extent such person or organization is liable for "bodily injury" or "property damage" caused by the conduct of an "insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership, maintenance or use of a covered "auto." 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with its permission.) Page 1 of 5 The insurance afforded to any such additional insured applies only if the "bodily injury" or "property damage" occurs: (1) During the policy period, and (2) Subsequent to the execution of such written contract, and (3) Pnor to the expiration of the period of time that the written contract requires such insurance be provided to the additional insured. (2) How Limits Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: (a) The limits of insurance specified in the written contract or written agreement; or (b) The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non- contributory with the additional insured's own insurance. (4) Duties in The Event Of Accident, Claim, Suit or Loss If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the additional insured shall be required to comply with the provisions in LOSS CONDITIONS 2. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM , SUIT OR LOSS — OF SECTION IV — BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. (3) Form HA 99 16 03 12 E. Primary and Non -Contributory if Required by Contract Only with respect to insurance provided to an additional insured in 1.D. - Additional Insured If Required by Contract, the following provisions apply: (3) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (4) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (3) and (4) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, by the method described in Other Insurance 5.d. 2. AUTOS RENTED BY EMPLOYEES Any "auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. The OTHER INSURANCE Condition is amended by adding the following: © 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with its permission.) Page 2 of 5 If an "employee's" personal insurance also applies on an excess basis to a covered "auto" hired or rented by your "employee" on your behalf and at your direction, this insurance will be primary to the "employee's" personal insurance. 3. AMENDED FELLOW EMPLOYEE EXCLUSION EXCLUSION 5. - FELLOW EMPLOYEE - of SECTION II - LIABILITY COVERAGE does not apply if you have workers' compensation insurance in -force covering all of your "employees". Coverage is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire or borrow, subject to the following limit. The most we will pay for "loss" to any hired "auto" is: (1) $100,000; (2) The actual cash value of the damaged or stolen property at the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage coverage is excess over any other collectible insurance. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss, subject to a maximum of $1000 per "accident". This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. Form HA 99 16 03 12 5. PHYSICAL DAMAGE - ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to provide a limit of $50 per day and a maximum limit of $1,000. 6. LOAN/LEASE GAP COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, in the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the "loss" and the "outstanding balance" of the loan/lease. "Outstanding balance" means the amount you owe on the loan/lease at the time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; lease termination fees; security deposits not returned by the lessor; costs for extended warranties, credit life Insurance, health, accident or disability insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 7. AIRBAG COVERAGE Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. 8. ELECTRONIC EQUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs B.4 - EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto"; (2) Removable from a housing unit which is permanently installed in or upon the covered "auto"; An integral part of the same unit housing any electronic equipment described in Paragraphs (1) and (2) above; or (3) © 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with its permission.) Page 3 of 5 (4) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. b.Section III — Version CA 00 01 03 10 of the Business Auto Coverage Form, Physical Damage Coverage, Limit of Insurance, Paragraph C.2 and Version CA 00 01 10 01 of the Business Auto Coverage Form, Physical Damage Coverage, Limit of Insurance, Paragraph C are each amended to add the following: $1,500 is the most we will pay for "loss" in any one "accident" to all electronic equipment (other than equipment designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or (3) An integral part of such equipment. c. For each covered "auto", should loss be limited to electronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen electronic equipment will be reduced by the applicable deductible shown in the Declarations, or $250, whichever deductible is less. 9. EXTRA EXPENSE BROADENED COVERAGE Under Paragraph A. - COVERAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 10. GLASS REPAIR - WAIVER OF DEDUCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. 11. TWO OR MORE DEDUCTIBLES Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: If another Hartford Financial Services Group, Inc. company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", the following applies: (1) If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible, it will be waived; (2) If the deductible under this Business Auto Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. 12. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACCIDENT,CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. 13. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 14. HIRED AUTO - COVERAGE TERRITORY Paragraph e. of GENERAL CONDITIONS 7. - POLICY PERIOD, COVERAGE TERRITORY - of SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: e. For short-term hired "autos", the coverage territory with respect to Liability Coverage is anywhere in the world provided that if the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is determined in a "suit," the "suit" is brought in the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. 15. WAIVER OF SUBROGATION TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - of SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding the following: © 2011, The Hartford (Includes copyrighted material Form HA 99 16 0312 of ISO Properties, Inc., with its permission.) Page 4 of 5 We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages under this Coverage Form. 16. RESULTANT MENTAL ANGUISH COVERAGE The definition of "bodily injury" in SECTION V- DEFINITIONS is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or death resulting from any of these. 17. EXTENDED CANCELLATION CONDITION Paragraph 2. of the COMMON POLICY CONDITIONS - CANCELLATION - applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. 18. HYBRID, ELECTRIC, OR NATURAL GAS VEHICLE PAYMENT COVERAGE In the event of a total loss to a "non -hybrid" auto for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a. If the auto is replaced with a "hybrid" auto or an auto powered solely by electricity or natural gas, we will pay an additional 10%, to a maximum of $2,500, of the "non -hybrid" auto's actual cash value or replacement cost, whichever is less, b.The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of "loss," Form HA 9916 0312 c. Regardless of the number of autos deemed a total loss, the most we will pay under this Hybrid, Electric, or Natural Gas Vehicle Payment Coverage provision for any one "loss" is $10,000. For the purposes of the coverage provision, a.A "non -hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. b.A "hybrid" auto is defined as an auto with an internal combustion engine and one or more electric motors; and that uses the internal combustion engine and one or more electric motors to move the auto, or the internal combustion engine to charge one or more electric motors, which move the auto. 19. VEHICLE WRAP COVERAGE In the event of a total loss to an "auto" for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended to add the following: In addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage provision for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. © 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with its permission.) Page 5 of 5 NAMED INSURED: Landmark Structures I, L.P. POLICY NUMBER: 46WEAAT1NH4 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) POLICY NUMBER: 46WEAAT1NH4 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ❑ Specific Waiver Name of person or organization Blanket Waiver x❑ Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. 46WEAAT1NH4 Endorsement No. Insured 07/14/2022 Premium Insurance Company Countersigned by DATE OF ISSUE: 07/08/2022 ST ASSIGN: Page 1 of 1 © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 � �� �l�7T�P ,^^,,^,'�^^^~^, ~^^��,"��^^^^� ~~~,'~�^^�^~,^,^, ,^, ^�^,~ �����7�T�`7U�� CONTRACT �'�'^��^�^^~�~�����^� TABLE OF CONTENTS Page Article l—Dcfinidmns and Tenninology —.....'.—.-------------''.'.------.---._—....—.......l iOlDefmed7eToc;............................................................................................................................... l 1.02 Terminology .....--'---------------.—'--'----'—_-----6 Article 2—Preliminary Matters ......................................................................................................................... 7 2.01 Copies mfDocuments ..................................................................................................... —.7 2U2 Cornmzcoccrocoto��\�u�act7�n�'I�ot�cto�rooccd 7 . , --------------------.- 2.03 Starting the Work -----...---------''—~..—.------'--'--''8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Clnmterencc--------------'—'.-----------------'8 206 Pnhho Meeting .--.-------------------'---------'—'----'8 2.07 Initial Acceptance nfSchedules ----------.--'----'----'--.0 Article 3—Contract Documents: Intent, Amending, � Reuse ----------------------Q ].0} Intent .............................................................................................................................................. 3.02 Reference Staodurdu---------------------------------------9 3.03 and Resolving ----''--------------'----.-9 3.04 Amending and Supplementing Contract [)ocurnoo1................................................................. |O 3.05 Reuse mfDocuments ................................................................................................................... |O Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... |l 4,01 Availability of Lands --''--'.-'—_'-''-.'----------------------..11 4.02 Subsurface and Physical Conditions ...----.....----------------------|2 4.03 Differing Subsurface orPhysical Conditions ----------------------|2 4`04 Underground Facilities ....----....------------------'—''l3 4`05 Reference Points .—_..—_—..—__—.'---'—_---.—.-._----.------..l4 Article 5—Bonds and Insurance ..................................................................................................................... l6 5.01 Licensed Sureties and Insurers ................................................................................................... |6 5.02 Performance, Payment, and Maintenance Bonds ....................................................................... l6 5.03 Certificates 0fInsurance ............................................................................................................. |6 5.04 Contractor's Insurance -----------------------------------|8 Article 6—Contractor's Responsibilities........................................................................................................ |9 6.01 Supervision and Superintendence............................................................................................... |9 CrrYorFORTnmxTH STANDARD CONSTRUCTION mEcIF/cArmm oncmwemTo 6.02 Labor; Hours .-.--------------------'----'----'20 6.03 Services, Materials, and Equipment ------------------------------.20 6.04 Project Schedule .......................................................................................................................... 2l 6.05 Substitutes and ^f)rEou»ls°....................................................................................................... 2l 6.06 Concerning Subcontractors, Suppliers,and Others --- ----.--'------24 6`07 Wage Rates .---''-'-'.''''''-'''-'.'-'-------.'''__''.'''-.-------.25 6,08 Patent Fees and Royalties ------.---..----'------'-..---..-----26 6.09 Permits and Utilities .................................................................................................................... 27 6`10 Laws and Regulations --------------'-.'.'-.---'-'.'-'.''-'.--.27 6.11 Taxca------.-.--'---------------.-.----'--..---.. 20 (.l% Use ofSite and Other Areas ....................................................................................................... 28 6.13 Record Documents --_------------.-..._--_----'----_---'2g 6.14 Safety and Protection ..---..-------...--'..-------...---...-29 (.]5 Safety Representative .................................................................................................................. 30 6.16 Hazard Conununication --.---------------.-------'30 6.17 Emergencies and/or RcCtd]outiou --------------------------..30 6.18 Submittals .................................................................................................................................... 3l 6.19 Continuing the Work ............................... ................................................................................... 32 6.20 Contractor's General Warranty and Guarantee ................................................................... ..'32 6.31 Indemnification .........................................-'._,.--------------.. -,..'33 6.22 Delegation ofProfessional Design Services .............................................................................. 34 6.23 Right to Audit -------'----------'---------------34 6.24 Nondiscrimination ........................................................... ..................................... 35 Article 7-Other Work a1the Site ----....----------------------...'35 7.01 Related Work a1Site ---------------------------------. ..35 Article 0-Chn`oResponsibilities ------.------.--.---------------_-_-_-'--36 0.01 Communications 1mContractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 3h 0.03 Pay When Due .----'.-'''''--.'''-'_-'''-'------''-_--''''''.'''--''-''36 8.04 I.uodo and Euacnmeo1m; Reports and Tests ................................................................................... 36 8.05 Change Orders ............................................................................................................................. 3h 8L06 Inspections, Tests, and Approvals ------''.'--''.-.''.-.'-''''''.'--.-''---_''--36 8.07 I.bzdtadmou onCitv`mResponsibilities .-.----.-----------------------37 8.08 Undisclosed Hazardous Environmental Condition ........................................................... 37 0.09 Compliance with Safety Program --.'_.---.'_-'----'.'---.'''--'-'.'----37 Article 9-Cit«`GObservation Status During Construction ........................................................................... 37 QLOl City`uProject .---''_--------------------.-'''--'''-37 9.02 Visits toSite ................................................................................................................................ 37 9.03 Authorized Variations ioWork ................................................................. ................................ 38 9'04 Rejecting Defective Work .......................................................................................................... 30 6\05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ........... 38 CITY onFORT WORTH STANDARD CONSTRUCTION SPECIFICATION oocoMsmTa Article i4- ]4.0l 14.02 14.03 }4.Q4 ]4.O5 14.06 14.07 l4.Q@ 14.09 Changes in the Work,� Claims; Extra Work - ........--..........----38 Amtlhmrioed Changes in the WorkUnauthorized ..-...........----........--....3� Changesin the Work .............................................................................. '---39 Execution of Change Orders ....................................................................................................... 3g ExtraWork ............................................................ .................. ... ............................. 3g Notifir-ation to Surety .......................... -------'--------_-_.---_'--'---.�9 Com%m��o��/ork ���vu�m���'l�uk��c��7mrk.�Doo�(l ��oamnm�rn�mk �l -' .�_'� , ..--` ,"____^ .,......~~.,.,.' Cost mfthe Work -------'-.-''_-'-----_---'.---__-'-'.........'~--41 Allowances.................. .............................................................. '.~-'-. ........43 UnitPrice Work ................................................................... .................................... ................ 44 Plans Quantity Measurerrient__''-~..~.......-'--........... ... .._....�� Change of Contract Price; Change ofContract TimeChange ...---_.--------.---&� oFContract Price ............................................................................................... -........... 40 ChangeofContract Time .................... ........ .~._................................................ --'-47 Delays....-.-...~.~.~'-----'---'-'------''_-_--------_--'-'_'..~~-'----47 Tests and Comctior� Removal or Acceptance of Defective Work ...................... 4N Noticeof Defects ........................................................................................................................ 48 Access bmWork --'....-_-_-........_-_---.--..------_..-.-'..---'-40 Tests and Inspections .............................................................................. Uncovering ...---~~........'----4@ Work .......... City May Stop the Work __'---'-'-~.-'--'-'---'-~~~._'__- Acceptance mfDefeotbmnWork. -----_...----............-.-.--'.....'-'_'_58 Payments baContractor and Completion Schedule of Values... ......................... Progress PaymentsContractor's Warranty of Title .. ....,'....~-.�,.... ______~__55 FinalPayment --................................................................................... ....................... 56 F-al C_tim Waiver of Claims 15.01 City May Suspend Work. .......................57 '57 15.03 City May Terminate For Convenience ......'__---.......-..~................. .60 CIT YmrFORT WORTH mrmNDxRmcmNSrnnormw mec|;o«lmm omcuMswrm Article l7—Miscellaneous 17.01 Gwfnp Notice --_-'---'--'-'~~~...-'-'--'-'--'-'--'-'_—'----'-'-'--'--'-'--~.-'82 17.02 Computation ofTimm .~....~~~.......'....~ ~~~.....,...~..~~...~~.~~~---.--62 17.05 Headings —~..~_.—_....~.~.-~.~~~~~~.~..~.~..~.~~.~.~~~~.~~.~..~.~~~~~.~~~~~----~--63 CITYopFORTnOmTH STANDARD CONSTRUCTION mFEcIFTCATuon omcowsNro 007200-I GENERAL CONDITION S Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Whereverused 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 Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. CalendarDay —A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 O07200-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims -- A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day- A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation - The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services - The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development -- The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works - The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of WaterDepartrnent - 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: B23(2021 00 72 00 - I GENERAL CONDITION S Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 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: 8/23/2021 007200-1 GENERAL CONDITION S Page 5of63 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 Value. —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 World 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 CONSTRUC TION SPECIFICATION DOCUMENTS Revision: 873 1 007200-1 GENERAL CONDITION S 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 encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 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.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICA TION DOCUMENTS Revision: 8/13/2021 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," `proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word `Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning_ ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARI]CONSTRUCTI0N SPECIFICATION DOCUMENTS Revision: scan 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance ofSchedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by alL B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 OO7200-1 GENERAL CONDITION 5 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, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 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 cheek 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: lf, 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 ST ANDARn CONS T RUCTION SPF C 1 F ICA T ION DOCUMENT S Revision: 8113r2021 007200-1 GENERAL CONDITION S 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: 8/23/2021 007200-! GENERAL CONDITION S Page II of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications rcfercncedand located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatbility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to he 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. R. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8231 21 007200-I GENERAL CONDITION S Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICA TION DOCUMENTS Revision: 8/23.2021 00 72 00 -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 respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not he responsible for the accuracy or cornpleteness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 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 STA_NDARr3CONSTRUCTiON SPECIHCATiON DOCUMENTS Revision: &23r2C21 007200-I GENERAL CONDITION S Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 223/2021 00 72 00 -1 GENERAL CONDITION S Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings: or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iiii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractoror by anyonefo r whom Con trador 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 individuals or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CORSTRUCTION SPEC1FICATION DOCUMENTS Revision: 82321 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, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 DO72DO-1 GENERAL CONDITION S Page 11 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. Rest 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,O00.O0, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARDCCNSTRUCTICN SPECIFICATION DOCUMENTS Revision_ SI23121121 007200-1 GENERAL CONDITION 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 minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/2312021 007201]-1 GENERAL COND 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 thern'to perform any of the Work, or by anyone for whose acts any of therm 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 COWS RUCTi0N SPEC1F [CAT 10N DOCUMENTS Revision: F4232021 007200-1 GENERAL CONDITION S 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8232021 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 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8,232021 007200-1 GENERAL CONDITION 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 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal" City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use 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: 823/2021 007200-I GENERAL CONDITION S Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 0072O0-I GENERAL COND IT ION 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 l 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 #'urnisbing 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination_ Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a fmal determination of the violation. CITY OF FORT WORTH STANDARt]CONSTRUCTION SPECIF ICA TICN DOCUMENTS Revision: a2vaQ21 007200-1 GENERAL CONDITION S 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 after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 04]7200.1 GENERAL CONDITION S Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the ContractDocuments. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermitsand licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A, Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: S23+IM1 00 72 00-1 GENERAL CONDITION S Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httpi/www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 82332021 007200-I GENERAL CONOITI0N S 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 CO), from and against all claims, costs, losses, and damages arising out ofor relating to any claim or aeon, 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 perrnit 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 responsble 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 CC*CONSTRUCTION SPECIFICATION DOCUMENT Revision_ 82Y 2I 007200-1 GENERAL CONDITION S Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8r23/2021 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 respectto quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823t2021 00 72 00 - I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the ContractDocuments and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823.2021 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. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its ownexpense, 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 LS CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 007200-I GENERAL CONDITIONS Page 34 of 63 SPECIFICAI,i,Y INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS AI .I EGEI) OR PROWN THAT Al,lf, OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. 1N WHOLE OR IN PART. BY ANY ACT. onIISSION OR NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carryout Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. 13. 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 preparedly 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 specifie d 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 STANDARDCONSTRUCT ION SPECIFICATION DOCUMENTS Revision: &23 21 007200-I GENERAL CONDITION S Page 35 of 43 Subcontractor facilities, and shall he 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 WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CrrYOF FORT WORTH STANDARDCoisTRUCTION SPECIFICATION DOCUMENTS Revision: &232112I 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 007200-1 GENERAL CORD ITION S Page 37of 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 CONS TRUCT1QN SPECIFICATION DOCUMENTS Revision: $23/321 007200-I GENERAL CONDITION S 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: 8232021 007200-V GENERAL COND IT ION 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 applicahle bond will be adjusted by the Contractor to reflect the effect of any such change. CTrYOF FORT WORTH STAN1JARDCOTRUCTION SPECIFICATION DOCUMENTS Revision: &2 1 00 72 00 -1 GENERAL CONDITION S Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I GENERAL CONDITION S Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. 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 ST ANDARD CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: 823/2021 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: &232021 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: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.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: 87232021 00 72 00 -1 GENERAL CONDITION S 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: 8/232021 00 72 00 -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 represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the fmal quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRU CT ION SPECIFICATION DOCUMENTS Revision: 8t232021 007200-1 GENERAL CONDITION S Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.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 11.01.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 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/23/2O21 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0] .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)/0) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D, The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARDCONSTMKT 1ON SPEC IF IC AT TON DOCUMENTS Revision: Rr.V Q1 007200-1 GENERAL CONDITION S Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823/2021 047200-I GENERAL CON D IT ION S Page 49 of 63 3. 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 13.43.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. R. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the ContractTime, 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: 8232C12I 007200-1 GENERAL CONDITION S Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance ofsuch Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 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: 823/2021 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: 8/23 2021 007200-1 GENERAL CONDITION S 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 necessaryrevisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 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 received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/73/2021 007200-1 GENERAL CONDITIONS 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 executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to he paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or 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 or FORT WORTH ST ANDARD CONST RU CTIO N SPECIFICATION DOCUMENTS Revision: $?32021 007200-I 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 CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 8232021 007200-1 GENERAL COND Fr ION 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 Utilisation will not constitute Final Acceptance by City. 14.05 Final lnspeakin 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 wilting of all particulars in which this inspection reveals that the Work is incomplete or ciefective (`'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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8231a021 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the fmal 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 823/2021 007200-I 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 shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STAIQDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: R/732 21 007200-1 GENERAL CONDITION 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision: 8/23/2021 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. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and fmish 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 fnished. 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 exceedsuch 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: 8'232021 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 CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: 823/2021 00 72 00. 1 GENERAL CONDITION 5 Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, 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 al] 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 Clain 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 ] 0.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONS T R U C T I0 N SPEC I F IC A T IO N DOCUMENTS Revision: aI2321 00 72 00 -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 limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8123/2021 007200-I GENERAL CONDITION S Page 63 of 63 17.04 Survival ofObligations 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 STANDARDCO1NSTRUCTION SPECIFICATION DOCUMENTS Revision_ 82313(1Z1 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01, "Defined Terms" Add Definition: Substantial Completion — The date at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of the City the Work (or a specified part thereof) is sufficiently complete, in accordance with the Agreement and all Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 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 March 2023: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER 007300-2 SUPPLEMENTARY CONDITIONS Pagc 2 of 7 TARGET DATE OF POSSESSION 30' Electrical Service Easement Tri-County Electric & Cooperative 03/23/2023 Tank Site City of Fort Worth 03/23/2023 50' Tank Temporary Construction City of Fort Worth 03/23/2023 Easement 24' Permanent Access Easement City of Fort Worth 03/23/2023 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" Utilities or obstructions to be removed, adjusted, and/or relocated The following list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of March 23, 2023 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 Preliminary Geotech Report, Report No. 103-21-407, dated September 2021, prepared by CMJ Engineering, a sub -consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional information on geotechnical conditions. A Final Geotech Report, Report No. 103-21-407-1, dated January 2022, prepared by CMJ Engineering, a sub -consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional information on geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 An Environmental Report, dated September 2021, prepared by Braun Intertec, a sub -consultant of Kimley- Horn and Associates, Inc., a consultant of the City, providing additional information on environmental conditions. 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: Kimley-Horn and Associates, Inc. (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" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. I03292-1 Project Date: March 2023 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 SC-5.04D., "Contractor's Insurance" The Contractor's construction activities WILL NOT require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks 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 N/A N/A X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 73 00-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 SC-6.04., "Project Schedule" Project schedule shall be tier Tier 4 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy and Highway Construction Prevailing Wage Rates 2013 and 2013 Prevailing Wage Rates Construction Industry A copy of the table is also available by accessing the City's website at: https://aDDS.fOrMorthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known pernnits and/or licenses required by the Contract to be acquired by the Contractor: None. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TCEQ — Public Water System Plan Review 2. TDLR — Accessibility Review and Compliance Exemption Letter SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of March 2023: 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 Scope of Work Coordination Authority Tri-County Electric Cooperative Overhead Electric Service City WS IV Water Line Contractor Westside IV 36" Water Transmission Main City PMB/TRT Land Investors and/or Development Representatives Development Work on remainder property PMB/TRT Land Investors CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 SC-8.01, `Communications to Contractor" Contractor is responsible for coordinating with Tri-County Electric Cooperative for the installation of electrical service to the site. Per Tri-County Electric Cooperative email on 11/29/2021 installation fee for electrical service has been waived 100%. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Farida Goderya, PhD, P.E. or his/her successor pursuant to written notification from the Director of Water Department SC-13.03C., "Tests and Inspections" None SC-14.10, "Substantial Completion" Add the following Section as follows: 14.10 Substantial Completion A. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract Documents and this Agreement, such that the City may implement or use the Work for its intended purpose, Contractor shall notify the City in writing that the entire Work is substantially complete and request that the City issue a letter of Substantial Completion. Contractor shall at the same time submit to the City an initial draft punch list to be completed or corrected before final acceptance. B. Promptly after Contractor's notification, City and Contractor shall make an inspection of the Work to determine the status of completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons therefore. C. If City considers the Work substantially complete, City will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. D. At the time of receipt of the letter of Substantial Completion, City and Contractor will confer regarding City's use or occupancy of the Work following Substantial Completion. All surety and insurance shall remain in effect until Final Payment. E. After Substantial Completion, the Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases, Contractor may submit monthly Applications for Payment for completed punch list items, following the progress payment procedures set forth herein. SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 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. 8/15/2017 F. Goderya Added SC-1.01., and 14.10., "Substantial Completion" 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY 01 11 00 -1 SUMMARY OF WORK Page I of 3 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 1.4.B.1 4. Added 1.4.B.2 5. Added 1.4.0 & 1.4.F C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Unit Price Bid - Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. Lump Sum Price — Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents are included in the total lump sum price bid. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 1i00-2 SUMMARY OF WORK Pngc 2 of 3 C. Examination of the Site 1. Visit the site, to compare drawings and specifications with anv work in place, and observe all site conditions, including other work, if any, is being performed. Failure to visit the site shall not relieve the Contractor from the necessity of furnishing materials or performing work required to complete work in accordance with the Contract Documents. D. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avcid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. if the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. E. 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 fumishcd to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITTY PROJECTS Revised December 20, 2012 WESTSIDE IV L5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 11 00-3 SUMMARY OF WORK Page 3 of 3 c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. F. Partial Owner Occupancy 1 The City reserves the right to take possession and use any completed or partially completed portion of the Work regardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or any portion thereof. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — I.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1- GENERAL 1.1 SUMMARY 013119-1 PRECONSTRUCTION MEETING Page l of 3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C, Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised August 17, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 143292-1 Project Date: March 2023 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions y. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MIWBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised August 17, 2012 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 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] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised August 17, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 31 20 PROJECT MEETINGS PART 1- GENERAL 1.1 SUMMARY 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013120-2 PROJECT MEETINGS Page 2 of 3 a. Location of meeting to be determined by the City. 3. Attendees a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 31 20-3 PROJECT MEETINGS Page 3 of 3 n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 32 13 SCHEDULE OF VALUES PART 1 - GENERAL 1.1 SUMMARY 013213-1 SCHEDULE OF VALUES Page 1 of 2 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Schedule of Values B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule of Values 1. General a. Prepare a schedule of values in conjunction with the preparation of the progress schedule. 1) Coordinate preparation of schedule of values and progress schedule. b. Correlate line items with other administrative schedules and the forms required for the work, including the progress schedule, payment request form, listing of subcontractors, schedule of allowances, schedule of alternatives, listing of products and principal suppliers and fabricators, and the schedule of submittals. c. Provide breakdown of the Contract Sum in accordance with measurement and payment sections and with sufficient detail to facilitate continued evaluation of payment requests and progress reports. 1) Break down principal subcontract amounts into several line items in accordance with section measurement and payment. d. Round off to the nearest whole dollar, but with the total equal the Contract Sum. 1.5 SUBMITTALS A. Schedule of Values 1. Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV —1.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS August 2017 CITY PROJECT NO. 103292-1 Project Date: March 2023 013213-2 SCHEDULE OF VALUES Page 2 of 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV —1.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS August 2017 CITY PROJECT NO, 103292-1 Project Date: March 2023 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but arc not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the lift of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES A. Project Schedules CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design andlor construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project, The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier I: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as -needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size andlor Complex Projects Regardless of Duration CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROD CT NO. 103292-1 Project Date: March 2023 01 32 16 -3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 4. The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 01 32 16.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 01 32 16.2 Construction Project Schedule Progress Example. D. City Standard Schedule Requirements The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 41 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can he provided with traditional cost loading aline 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 the project followed by baseline (if a baseline schedule) or the year and month (if a pmgress 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: 101376_ North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN YYYY-MM Example: l 0 1376_ North Montgomery Street HMAC 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 • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC1.;MENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 32 16 -5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor w ill establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. H. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. I. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. J. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 32 16 -6 CONSTRUCTION PROGRESS SCHEDULE Page 6of10 review and acceptance as described in Section 1.5 below, Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselincd schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order, The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX 30.10 Design Contractor Agreement XXXXXX,30,20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements X.XXXXX.40. 1 0 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80.8 5 Inspection XXX XX.80.86 Landscaping XXXXXX.90 Closeout X.XXXXX.90.10 Construction Contract Close-out XXXXXX.94.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for alI phases of work. CITY OF FORT WORTH WESTSIDE IV -- 1,5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I03242-1 Revised August I3, 2021 Project Dale: March 2023 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7of10 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 #3 (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 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.4 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in ..xis or.xlsx format in compliance with the sample layout (See Specification 01 32 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City, 3. Progress Schedule The Contractor w ill update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE 1V -- 1.5 MG EST CITY PROTECT NO. 103292-1 Project Date: March 2023 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] 1.12 ATTACHMENTS Spec 01 32 16.1 Construction Project Schedule Baseline Example Spec 01 32 16.2 Construction Project Schedule Progress Example Spec 01 32 16.3 Construction Project Schedule Progress Narrative CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 PART 2 - PRODUCTS [NOT USED] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page 1 of 5 1 2 SECTION 01 32 16.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 01 32 16 Construction Schedule for details and requirements regarding the 9 Contrac tor 's projec t schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [insert Project Number] TPW - Capital Delivery Layout: Baseline Template lly ID &Wry 1811F Project ID: CIP-01 B CIP-01B-iieiahborhood Street Construction Baseline Schedule Ea Pre-Conatrucllon oD ISO 43a ::-Apr-201! Fxun 17-Dea2019 creoeuszere 38 02•64r 2016 23444y-2018 16c 82 Pre-Coratucaon 36 38 02-,Apr-2016 23414y-2018 348 8200 Awar3 C0 $8 X5Dn Contact 0 0 02-A3/40 t 6 a210, 6220 0 5210 SW Poilmon Pnynton Mari tC0rTac-,a Pre parr arc CWr1I; 10 10 02-A6r4C 15 134pr-2015 8200 421 6220 Sir 1141117.014211 1 1 02-Apr-2015 02-6pr-2015 6200 8230 0 623C 1rolce lb ProO4ed.0re-COnbucaon Ihetrq 1 1 17-40r-20t5 17-Apr-2016 6220 6240 0 8ZIC PreCo11a7u:tlon- P1r'- 10e813n9 1 1 26-A07-2015 26 Apr-2019 8230 32.00 5250 0 625: ::btAtIon 23 20 2640r42a5 23-May401a 8240 3310 Construction Contract Esea6Eioa1 :!C c {- 4,-7)1h. (?14.0r-:I'14 62 C011a11RA6n 230 23C 03-511y-2016 0t-API-2019 0 Sheet 1 90 90 03-4I8 -20Ie 103ep-20fe 140 N/aber & NOM 40 ID 03416y4015 36,11612016 a 3000 Cana21a;1Mn:Aar c 0 ot-sur-2018 6240 3010,6500 0 3010 Warr 10 10 03-l110-2018 16413y 2018 3000 3020 0 3020 uya- aster AMMMcerlcaea 25 25 17.Ms)-2016 21-Jun2C1E 3010 3030 0 3030 Temp P11ng annalr 5 5 22-J1a,2C1e 21Jh0*2215 3020 3040,3100 0 Pain. IS 4s 09-J962018 10-8e431018 W 3040 E.cava604 ! 5 09-Ju-2016 13-J1Y2016 3030 3050 110 3030 0121/12at or S 5 t6-JI1-2016 20.43-2018 3040 3560 110 3060 Paving 30 30 234U-2316 31-Alq-2016 3030 3070,3160 110 307C 11rWort 20 20 06-49-2618 31-600018 3060 3660 140 3060 C ear up 10 10 27-A19-201e 10-3e9-2016 3070 3090 140 3090 524111 Compeer 0 0 10-389-2018 3060 6510 $40 Street 2 _ 113 113 29Ju -2016 10-Coe-2018 77 Watur i Rom All11111.111 - 63 63 29 01.2016 27-3401016 61t 3100 Temp Warn 10 10 29JuN018 13-»-201a 3030 3110 0 3110 Lay I' water sad maps IS 15 16-41 -2018 0344 .22015 3100 3120 0 3120 110p PaMrg 946alt 5 5 06-44F2018 10-Aa -2018 3110 3130 0 3130 Uy 6- 0M•r Y10 :•moss 8 a 13-+wq-201 a 22-A q-2018 3120 3140 3140 Tin Paxrg Flew 5 5 23a4q-2018 t 29r ug-2016 3130 3150. 3220 0 3150 Sbrr+ Drain a StnxAaes 20 20 30-4/92018 , 27-6.p-20 t 8 3140 3160 67 paw IS 45 05-0e1-2616 10-010-2016 ' 77 3160 EacavaDon 5 5 052044018 11-001-2016 ' 3150 3170, 3250 67 3170 3tablrJ1on 6 5 12.00-2016 10-044-2016 - 3160 3160 77 3160 PavIric 20 20 19-0462016 15-n0v-2018 3170 3060 3160 77 3190 natWort 20 20 02-4ov-2016 03-666-2018 31e0 3200 77 320C CNan19 W 10 27-48v-2018 10-09e-2018 319C 3210 77 3210 59eet 2Camp-•18 0 0 10-0ee2015 3200 6510 77 Sired eo 60 30-442131e 24-0.0-2018 st Report Print Date 20-Jun-2018 Page 1 of 3 zbQc 2016 201i2® Mai941Jl"1.J9MD=17�J"i93j'l"�1 1'I+:11 0 II 4- I 1 ti I I t 1 I i I I I r Actual Work • • Milestone Remaining Wok • • Critical Milestone Critical Remaining Work ♦ • Completed Milestone CIP-01B - Neighborhood Street Construction Baseline Schedule Example FORT WORTH CONSTRUCTION PROGRESS SCHEDULE -BASELINE a s. b a a 3 z rs 11 n TPW - Capital Delivery Layout. baseline Template Project ID: CIP-01 B Report Print Date: 20-Jun-2018 Page 2of3 lee„ S 1D PC0 17 1.7133 60 ?.D an F,n 1T ?'46[,-ssacer axte34011, TM. 7015 201rZIZO rim JJ J :J .1.J. Matt S Seim 13 13 304kn -2016 16-54 -2010 0 3220 Tr'2 i:37e' 4 4 30-A:g-2017 05-0e2-2018 3140 3230 0 I 1 t ! I I j �- 1 3230 i21 I!' Rater 3r0 se-, 4i** 8 8 06-Ge?- 016 17-Ge0-2016 3220 324D 0 3240 tang Prong Repair 1 1 16-:eo-2016 16-Se0-2016 3230 3250, 331D D Pathos ra3 60 12-0062016 24-01 .2016 i7 3260 exCavano, ., 5 12-0ct-2016 Id-00-2015 3240.3160 7260 67 3200 3tib14zator 5 5 12-0d-2016 25-025.2016 3250 3270 67 3270 PaY1r� 2C 20 26-0c1-2G16 26-N01,2016 3260 32d0 t7 3260 11atWen 20 20 16-4ov-2018 17-Deo-2016 3270 329G 67 sa 3260 Cline aO 10 10 11-0eo-2014 24-Dec-2018 3260 330D 67 3300 Segel 3Gape* 0 0 24-Deb2018 3290 6510 67 Street 4 13a 134 19-0ep-2016 151alpr-2019 0 VOW a St3tiA 69 69 19•3lp-20111 27-Dec-2010 0 ._- 3310 lte0 Vain 6 6 19--34o-2316 26-Sec-20 t6 3240, 87.50 3320 0 3320 Lay r water are swots2G 20 27-343-2018 24-001.2516 3310 3330 0 3333 tamp PiningRepair 3 3 25-00.2016 29-0cl-2216 3320 3340 0 3760 :ay 6' De+rer LMee LJ2.3 64,8346 and O.rvbee 20 20 soon -sole 26-r+o.3018 3330 13e0 0 3350. Lay II' 31/vterLam L-3212a64355awl54.WO/6 is 1s 29+40v-2016 19•Dee-201e 3340 3360 0 3360 temp Dwng Repair 3 5 20-0eo-2010 27-Deo-2016 3350 3370 0 i t ! ' . .+ I t -- , H _ _-- i -IF--I I � !i I 1 I t --f... ' I I _yJ I i T-�•�1+ _ L I_._ i _ i I 1 .-.� j I I t I i t I ♦- Paving INIIMINF 60 130 57.444019 06Apr-2019 t1 3370 Exp3,1301N 10 10 07J34-20t9 1t.Aw3360 � 2019 0 D 3360 9mblWton 10 10 22JaM121319 DA-Feb-2019 3370 3360 0 3390 Pm) 2D 20 05-F40-2019 04-Mar-2010 3360 , 3410 0 i ''-'..,"'T- �`j i •+--•_.F.. i i _.._. i� 1 j. 3400 6131Wor% 2D 20 264e0-20Ii 25-Mar-2319 .1390 I3110 0 •,.--- r 3410 Cleat up 10 10 19-M3r-2019 01a40-2019 3400 i 3420 0 3420 Street 4COmpiete3ubttlre3 Complete 0 0 Gt-Apr-2019 3410 6110 0 Ins pcctlons . �. . "c 03mat-7215 ' 0'.__tr-781C 1, •--fl--- - 1 •`-- -- 1 , - _- - 85 1010ec5on 270 2711 03-May-201a 05- -2C19 _ 8500 nt,7ec00r1 226 225 03-M33-2315 25-M3r-2019 3000 6610 -` 8510 Pima bip#oale 10 10 02-Apr-2019 IS-Apr-2019 3420,3300. 321( 962D C 7520 Compel/ PIa1Ct1 Lint D61e 30 30 16-J1pr,2019 28422y-2019 6510 6530 D 8530 Row Wait 7lsotgt R7r Completed olrlcb Lin 73414 1 1 05-Ju-2019 05JIa'2019 6520 6540 0 754: Coractbr Flrl. Cor'1p�e0on 0 0 05Jun2019 8530 9100.9110 0 , 145 1.35 06Jun2019 .7-DeC-7014 C. T2l-_!_-^-�- i1 1 ' ! .__�--- I. 37 C c:ex: 135 135 06,J1n-2019 17-De0-2019 0 Construction Contract Cies.-out 136 135 06Jv1-2019 17-Deo-2019 0 A08441tSway 3 5 06,Iut-2019 12-Ju0.2019 2E 9100 A4-154051amey. 5lnn• ilea by C or6-acior i 5 5 C6,4ur2019 12-Ju-2019 8340 9110 25 Catrad Closeeut 135 135 06,2e2019 17-Dee-m19 g 9110 Co 41r40 grconw.303. 30 30 06-..2- 01S 16-J1.3-2019 9100.6540 9120 ; I I I CIP-01B - Neighborhood Street Construction Baseline Schedule Example FORT WORTH its Actual Work • • Milestone Remaining Work ♦ • Critikal Milestone Critical Remaining Work • • Completed Milestone CONSTRUCTION PROGRESS SCHEDULE -BASELINE rrl O TPW - Capital Delivery Layout 8aselire Template Pam" 1;, PQ74 1 110 SuNitpa (:NglCi C aupi DO{1l1NRXTOrl I to Halo. o7 CDPV*110 n.Gra-trig eet 91t9 1f1lli c4T449Cavicoring L!4a.:c! PVC 91 SG Ca ratucCo* Lo-t10aci C 01.5 1154 LWSW % :9ame.: Project ID: CIP-01B 1 fMecn Prvaaeauere :c:1%4,1 fIpit 39 39 19- U-2019 II- ip-2019 S11G 913L C 0 0 21-4-2015 4120 9140 0 I t 14-Mf9-21219 9130 9100 0 0 0 11-yov-21,14 4510 4190 0 I 1 17.0 0-2219 !7-0—2019 0139 0 Report Print Date: 20,J urr-2018 Page 3 of 3 AID 11111 ' I99 { CONSTRUCTION PROGRESS SCHEDtLE-BASELINE Actual Work • • Milestone Remaining Work • • Critical Milestone Critical Remaining Work • • Completed Milestone CIF-01B - :Seighbor•hoocl Street Construction Baseline Schedule Example FORT WORTH 019 01 3216.1 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page 5of5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 1of4 1 2 SECTION 01 32 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progres s" 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 FORT WORTH STANDARD CONSTRUCTION SPECFICATFON DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] TPW - Capital Delivery Layout. Progress Template Project ID: CIP-01 P Report Print Date- 20-Jun-2018 Page 1 of 2 .Grit 12 Att.4/':1n OD AD hrata. • Da -'a` 8.. Curt L.4-zsra Ft� 3an Fnal ':b r°' Are,: -nt ill ::•.1 1111[11I111ll1111I,llli111111111 lt' CIP-01P - Neighborhood Street Construction Progress Schedule Et 4.32 4"02•a2^r•211! 17-Cw2.1a D2•Apt-:71EA ,s-c•c-.c'; 0 ; i i • 1 I Pre C.on4tnw t1011 . 02-A» 201F 2344y-2018 Cr-Apr-10;8A -arid 0;.2 10C, 6 ! I 1 i i 02 pn-Cattstutaoe 13 11 0% a2�tpr•201a zJ-Fda,-20,8 C2-Apr,2216A ,3-May-2018 85 6 a200 A4arOCr6n1artx0onCOrta)R 0 0 1°O%�a2.Ap.•2C16 02•Apr4016A °-' 1-Apr-2815 CC Apr-2018A 1• 201i ° 8210 Cv1 Da:utlon Prerenaor air ;Contractor Pnprn and 01fir•1 ; 10 0 10O% OS-Apt-20 15 , 3- pt- a220 0r41NaN Ttvou9n t 0 11JOx,o2+Apr•2a18 a2-Apt-2cu oz•AQr-2016A a2.11pt 20I5 o q 0 *00% 17�pa2018 17 Apt-2o1 a 17 Apf•2016 A 17 Ap*-201 0 e230 M1lce 13 Proc4e6 CtlC Otatucfx WON 6240 DR-00rauc cr,-Pus.-: 44eang 1 0 1°0e. ?3-Ap-2018 25•Apr-2C1e la-Apt-201eA 19,ur-2018 4 8250 uc011122D21 20 'r 50r, 2i-rl;d-22.1e 23-Jrn-mts IS-Apr-:ataA 154/39-20:5 35 6 ConsimlcbonContract Execution I 230 230 10-1 -2n_'5 01-A01.2C.t9 01-4.-ey2Ct8 :6419-2019 0 2 e3 CCr47U^m 2 . 2'2. on. 03-1 r2:i3=1-4pr-2:19 O/a1J1-2215 :54.4r•201a t� M ' "' • l �_..._-L I I ! _. i ._. ! l ' I l • I i 1 .�« ! !!i L.F 1 fi ' l :_ --1--- - i __' 1 i .... I I __. .-- Wrest 90 Sr: 03-l0y-2a18 t 3ep•2315 0t-Wy-2018 06.`kp-2018 140 2 Water & Storm 4a 40 02-may-227a 25,341-2016 014361/25016 2641118-2018 0 2 3020 Carl't,c6c,2r. 0 a 0% 03-May-2015 0 14.y-2115 0 2 3c10 Tyro 'any'any10 1C 0% 03-Ma -2O,e ,a-M7y-20,a ot-Vay-2o15 Li-may-2°1a a 2 3020 lay eeater andaemal 25 25 0% 17419y-201e zt,ilvlaata 1s.0,4y2215 15,-.un-2016 0 2 3030 Teti Paring R.P1Ir 5 5 .. 022.a1n-201a 2a�un-201a Z-Jun-20,8 25-Jars-20 0 2 t •V .1 .1 -''T. --- l -•-- 11 t j i -r:- 1 i l i - _. Pawing as 45 a9.7M3Cta tO4sp *6 OS,U4Cta 060e¢2018 t03 2 ' t 3040 Excar9Om 5 5 0% C9..Ul-201e 13J9i-201e 05-,W-231! 11J9.1-4018 110 2 3050 7tb11zaton a 6 0% 16.04-2016 20.h1-2016 12-.u1.2016 team-221a 110 2 3060 PAIN ao ao o% 23- -2015 31-At,Q•2015 19-,411-2018 29 A41g-2018 110 2 i i• i 1 t 1 I 1 I • • i i �•I 1 • i 1 i i t 3070 Ftxwat m 0% as Aug-2a/5 31 Aug2°1e 02AuQ2018 29Atg2Cl8 1141 30e0 Chan up 10 10 0% 27-A4g•20l5 ¶0-21e-2015 23-A119* -2015 062A-201a 140 2 3C10 ravel con1641 0 D 0% 10-Cap-201e 06-2102cta Ito 2 Sweet 113 113 24Jat-201a t0-06P2?te 27-11+1-M18 C4-0*o2D18 77 2 VOW LStens 63 63 2sasa-2are 27OSp4010 22.AaI- 8 25-4!¢20le 67 2 3100 Tarr watt! 10 1c 0% 23,u,4013 1)..* -20te 27- i*.22015 11JU-2016 0 311C .•ay8•*Mu a'tl1en1oe1 I5 IS O% 16.80-2016 c3•AU2-2315 12,41-2015 C1-Aug-2018 0 31= Terp P3 4e 9 ReSwr 5 5 0% O6-A1q-2013 t0-A1Q-221! C2,Aug-2018 CS-Aug-2018 C _ 3130 lay 8• severs .cruxs a a O% 13-A1q-2013 22- 4.9.2016 C9-Aug-2018 2044g-2018 C 3140 Trno Paving Repair 5 5 0% 23-Au9,2015 2•Aq 3-201 e 2 t.,1u¢20 15 27-Au9-2018 a _ 315a cmt*<, Dar s Moores 20 20 0% 3O- q-271e 27•s.0-20,e 2e,kJQ-2218 25aep-2018 s- '� y , - � ` I ej t+ P. 1«- = T i . I i __LILT: _-��_.,«}+--I-- 1t -1 1 I f + -L1-Y. _ L i ' 1 -• Patina 48 43 06-C44.2018 10-0102015 03.016.201e 06-040-201e 27 2 ~.rfi-•i-• -^--. _. _. 3160 Eeciaation 5 5 0% C.5- -2015 11-0CF291a 03-0C1201e Ci-Ocl-2CI1 67 :...~ 3170 moitzatan 5 5 0% 12.051-201e 18-Cc620113 16dd1-201e 16-0cl-2015 77 2 3160 Pawing 20 2D 0% IS-Co-201e 15-Nov-2015 17-0d-201a 13-Nov-2ota 77 3190 Flat Wort 70 20 0% o24438f2015 03-ow231e 31•00•201e 29-163v-201e 77 2 32x CeJr1u0 10 10 a% 2744r-2015 10-oeo-201e zt-Nor-zata a6;,e�2o1a 77 2 2210 C6ee12 Conotar 0 0 0%. 10-0mo-2015 06040.2ota 77 2 Mist 3 60 00 313-oug-2016 24-taeo-2916 as -Aug -mu 20.01O20t6 67 2 Wafer It Stain 13 13 30•Attg-2016 18Sep-2018 251414 Q-2a18 14-ep-201e 0 2 322tt Terry Abler 4 4 0% 30-A.Ig-2c15 08-0to-2015 Ze-.Mg-2013 31-Aug-2018 _ 323C :ay 8•+a11(am wroa1 8 8 0% 6-:*0-2015 *7-S* -27t5 04-55,3-2C15 t3-34 20!! - 2 -- .� l •''. 1 t -_� _. _ _La__ _......___ __ _. -. -• • • CIP-01P - Neighborhood Street Construction Progress Schedule Exatnple FORT WORTH Actual Work Milestone ta_ Remaining Work • •Critical Milestone ttttttttttt! Critical Remaining Work ♦ • Completed Milestone CONSTRUCTION PRCXIRFSS SCHEDULE -PROGRESS TPW - Capital Delivery Layout. Progress Template Project ID: CIP-01 P Report Print Date: 20-Jun-2018 Page 2 of 2 Ad*? ID Aaet, usre � _ R0 ',Waal i IL nmuct Nan It. here F ran _tar, env/ *xs trays =11 _c • 1 __-, ""' 'b" ` 1i1111I1U111111111111111111H111N1 32.10 Ten0 Pa.r9 9a'Vtr 1 0% 15.9.o-24I6 l!-Sep-2:1! 11-Gr?.-2219 14-999-2C15 0 - Pweq 67.1 50 ' 12-otl2Dta 24010.I0te 100012016 20-0902018 s 2 ,af sew n a=ea5on 5 5 0% 12-00-201e 1e-00-201e 10-00•201e +s-opt-2Dte 67 3250 5069231 5 5 0% 19-00.20,8 25-03-2018 17-00a018 23-00-2918 67 3270 Paring 20 2D 0% 25-00-2016 26-+10.-2018 24-00E2018 20-N0v-2018 67 2 3290 nawort 20 20 0% 11540v-2018 17-0909.1L-w 2018 o94018 13-06o-2018 67 2 3o90 ci*11.up 10 10 0% 11-060-2018 2443o-201e 07-0e0.2018 20-0602016 67 2 3300 0liee•.3 00780e19 0 : 0% 24-060-231! 20-D69-2019 67 ' •"• i • 1 I " I _ _ r -- Prod 4 134 134 19AIp-2018 01-Ap -2010 77-019-Z18 254M-2015 0 NAIr 6 36zm 99 69 is ep2016 21-0e6-2010 17-36p•2016 24-Oeo2010 0 2 3310 limp Wapr 5 6 0% 13-5w-201 a 26-0 K-201e 17-080-2016 24-.e0-26 1,5 3 2 I 3320 Lay e• raw and eer.Cle 20 20 0% 27-9s0.2018 24-00.2018 2S-3s -2013 22O91.2018 C _ 3330 1MIF Paring Repalr 3 3 0% 23-0a-2010 23-00-2016 23.00.2018 25-0 -2018 0 2 3340 Lay 6- 04'10q UMS L-320311 L-5341 an0 aerroes 20 2D 0% 30Om201e 20-60e2Dl8 26.00-2018 26+106.2018 3 3150 Lay8• iewr JM111-32121L4355 an0 smogs 15 15 0% 29-'4or-2016 12-0c-201e 27-660-23la 17deo"2019 0 2 3360 Two Prnr•g ',yaw 5 5 0% 20 0eo-M7 5 27.0, 2318 16•309.. It 24-0eo2015 1 2 Potty oe se 07410.26t9 094/00.411111 03.313,201$ 2340,310 . 2 ( j I . i j . 3370 C6lt:an0on 10 10 0% 07.0n 2019 18490-2019 CI-J30-2019 16Ja1,219 _ 3360 0 901Lta1or 10 10 0% 22J09-2019 04-7e0.2019 17,$411,4019 31-Im4019 2 3300 Paen9 20 23 C% 05-149-2019 :A-M3r•2019 C1-Feb-2C19 26-1566-2019 3 2 i I 3-too Mac VI W ort 20 20 0% 26-Pw-2019 25-r•2019 22feo-2019 2t-Uar-2019 0 2 �•"*"�_� -.9-- 3410 Clan up 10 10 0% 10-Ntar"2D19 Ct-Apr-2019 15-1.Mar-20 tar-2C19 28-19 0 2 3420 Street 4 Co'rg1e9, ;uD1G,5a COMP,* 0 0 0% 01-Apr-2019 26-1.1ar-2015 0 2 hivections 276 276 ' -03 may 2018 05-Jon 201u DI Ma* 2018 ' 03,an-2019 1 0: 2 85 nip/IOW 276 276 0% 03•4A7y-2018 0S410-2019 01-40y :20la 034u6-X 13 0500 t1lp/cOon 225 228 0% C3-1.92y.2018 25-Mar•2019 0t-14.1,201e 21- T-20t9 5 6310 l Pls9* al 10 10 0% 024Vpr-2019 15.604�019 29-14 -2019 11�I1pr-2019 0 2 8520 COMMON Puna, Liai Ms is Mal 30 0% 15.Apr :2019 2laday-2019 12-Apr-2019 23-1Aty-2019 7 8530 Pry W Mt TMpugn tr C-Jrveteo P-r d. Jat lulu 1 1 0% C5J66,2019 CSJN/-2019 C3-J01-20,19 0344.r-20 19 : 2 I 854C C0r*rJ80n Kul Carp4e10 C 0 0% C3Ju'1.2010 33Jur-2t 19 J Closeout ,3. 14`1 • tt,-,lun"2R14 I?-11re-7019 04..-20t9113-04.c-2014 01 7 V.T�j Cowan 135 115 0% C5J1u1-2019 '7-099.2019 GWu1-2L19 13•••10-201'3 3 2 r" t( j 1 Construction Contract Cl9ae•aut 13e 135 13e-*as-20t9 17-0ao2011 04-3m-2D14 134602019 0 2 Astbi liatvay S 3 00"416-2Dt9 12,NP2019 04-466-2019 10-J111-9019 23 3 ;120 As801Suney13.1C99•10900yC0ntneart 5 5 0% 05.A1n-2019 12J1m-2019 644u'-2019 1G4ur-2019 .^S 2 Codriot Mama- 1633 135 as I.2QI womosii oWiloitl 131 i0t9 0 2 i 1 E -+I! 3 1 I T•Pt 9110 Conradrtroonat aecn 30 30 0%•0640.2019 16.W-2019 084014019 16401-2019 7 2 9120 01ren1z11a jPrgrci C!0900¢000 0900on1 38 3! 0% 19410.2019 11-90p-2019 17464014 09-0lp.2019 3 2 i i 9.-�. 9130 110666 or comple5od1 uen 811991 0 0 0% 23-00-2019 21.C662010 0 91a0 Pent COnprttRlon Collin hlo&6 Palo 1 1 0% 14.1Cv-20. 19 id-Mtn-2019 12-t1ow2019 • 12 019 _ 0 2 9160 COris tioncor ra01C1vee4 0 0 0% te.rr0v-2C19 12.No02016 , 0 2 i j l . S__ 9160 Lotions titans(' 1 0% t7•0-2019 17-Deo-2014 13490.2011 13-0to2011 0 2 'T^• Wo.iC • • Milestone CIP-01P - \ eie. ultborhood Street Construction-.-ifig"--- Progress Schedule Example FORT WORTH Actual • • Remaining Work Critical Milestone ♦ • Critical Remaining Work Completed Milestone CONSTRUCTION PROGRESS SCIIEDULE-PROGRESS 0 1 2 3 4 5 6 01 3216.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 4 of 4 END OF SECTION Re'sion Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell initial Issue May 7, 2021 M Owen Revised name due to revising the schedblc specif ication CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [insert Project Name) [Insert Project Number) 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 01 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) S. (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 CM Projects Revised August 13, 2021 Page 1 of 1 013233-I PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. 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 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 FIEL❑ [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. I03292-1 Project Date: March 2023 01 3233-2 PRECONSTRUCTTON VIDEO Page 2 of 2 1.12 WARRANTY [NOT USEDI PART 2 - PRODUCTS [NOT USEDI PART 3 - EXECUTION [NOT USED[ END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July I, 201 WESTSIDE IV -- 1,5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013235-1 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 1 of 2 SECTION 01 32 35 AERIAL/PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b. Project Photographs B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Project Aerials Photographs 1. Take aerial photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. 2. Aerial Photographs Provided by: 1) Contact: Michael Chase Eaton a) Phone: 951 568 0181 b) Email: michael@apil.com 3. Aerial Photographs a. Taken with a quality digital camera (300 ppi or greater) b. Provide minimum three (3) photos for each trip, each at a different angle 4. Aerial Photograph Copies a. Format 1) Provide digital copies of all photographs. a) One glossy color 8.5" x 11" prints for each photograph taken. (1) Project name, (2) Date, (3) Location, 3) Photographs shall be clear and sharp with proper exposure. 5. Preconstruction Aerials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS August 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013235-2 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 2 of 2 a. Provide no less than three (3) aerial photographs of the site prior to construction 6. Progress Aerials a. Starting one month after the date of the preconstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photos: a) Three (3) monthly aerial photographs taken to accurately record the work that has progressed during that period. b. Digital photographs and Prints (prints if requested) are to be submitted with the monthly Partial Pay Request. 1) Provide prints in plastic binder. B. Project Photographs 1. Take photographs of the project site/alignment prior to construction, monthly during the construction of the project, and after completion of the project. 2. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. 3. Photographs shall be taken at locations designated by the Engineer. 4. Provide digital copies of all photographs. 5. Preconstruction Photos a. Provide no less than forty-eight (48) photographs of the site and alignment prior to construction. 6. Progress Photos a. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, provide twenty-four (24) monthly photographs taken to accurately record the work that has progressed during that period. b. Digital photographs are to be submitted with the monthly Partial Pay Request. 1.5 -1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS August 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 SECTION 01 33 00 SUBMITTALS PART 1- GENERAL 1.1 SUMMARY 013300-1 SUBMITTALS Page 1 of 8 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1.4.B C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013300-2 SUBMITTALS Page 2 of 8 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. 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 Log/Schedule 1. Prior to submitting the first submittal for the project, provide a submittal log/schedule to include a. Anticipated Submittals b. Proposed Submittal Numbering c. Anticipated Submittal Ilates. C. 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 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing D. Contractor Certification 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." E. Submittal Format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December er 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013300-3 SUBMITTALS Page 3 of 8 1. Fold shop drawings larger than 8 'h inches x 11 inches to 8 'h 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 Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps G. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings 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. H. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013300-4 SUBMITTALS Page 4 of $ 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 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 I. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 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. K. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Bu2zsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER. FACILITY PROTECTS Revised December 20, 2012 WESTS1DE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013300-5 SUBMITTALS Page 5 of 8 b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. L. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013300-6 SUBMITTALS Page 6of8 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of thc notations and comments IS NOT required by the Contractor. a) The Contractor may release thc 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 al] comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. b. Rcsubmittals 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 morc 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 3t] Calendar Days for all such fees invoiced by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROD FCT NO. l 03292-1 Project Date: March 2023 013300-7 SUBMITTALS Page 7 of 8 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. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. M. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. N. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. O. Request for Information (RFI) 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013300-8 SUBMITTALS Page 8 of 8 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 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART 1- GENERAL 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.2.A.3.a 6. Added 1.2.A.3.b 7. Modified 1.4.H.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV — 1.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 CITY PROJECT NO. I03292-1 Project Date: March 2023 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. c. The price hid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional lnsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad F]agmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item will he included in the total lump sum price. c. The price hid shall include: I) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chaptcr 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a_ Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20,2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 35 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 8 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV — 1.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 CITY PROJECT NO. 103292-1 Project Date: March 2023 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. 'In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction en at the site or on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013513-5 SPECIAL PROJECT PROCEDURES Pagc 5 of 8 d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV — 1.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 CITY PROJECT NO. 103292-1 Project Date: March 2023 013513-6 SPECIAL PROJECT PROCEDURES Page 6of8 f, Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental inforrnation needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. h. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. 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 USEDI 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson I.4.B - Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E - Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV -1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 Date: CPN No.: EXHIBIT A (To be printed on Contractor's Letterhead) Project Name: Mapsco Location: Limits of Construction: NtI{E OF CQ 11110 CT' QN THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV — I.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 CITY PROJECT NO. 103292-I Projcct Date: March 2023 Data: EXHIBIT B FORT WORTH DOE NO. XXXX Project Name: 013513-8 SPECIAL PROJECT PROCEDURES 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: MR. OR MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) Page 8 of 8 AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION WESTSIDE IV — 1.5 MG EST SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 CITY PROJECT NO. 103292-1 Project Date: March 2023 01 45 23 - 1 TESTING AND INSPECTION SERVICES SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1- GENERAL 1.1 SUMMARY Page 1 of 2 A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections., tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set additional independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 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. 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 -1.7 [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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 1.4.A.3.a C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service, including generator power, as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 7. A field office is not required for this project. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — I.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.l.a 2. Added 1.2.A.1.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. b. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 57 13 -2 STORM WATER POLLUTION PREVENTION Page 2 of 3 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. R. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Prcconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 General Permit d} SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements I) Prepare a TCEQ NDI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July t, 2011 WESTSIDE IV -- t.5 MG EST CITY PROJECT NO, 103292-1 Project Data March 2023 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 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 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Datc: March 2023 SECTION 01 5813 TEMPORARY PROJECT SIGNAGE PART 1- GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 2 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 2.2.A.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 20I1 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 2 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs for Water Department projects. B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 -3.3 [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 3.5-3.12 [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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY 01 60 00 - 1 PRODUCT REQUIREMENTS Pagc 1 of 2 A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 .000-2 PRODUCT REQUIREMENTS Page 2 of 2 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 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D. V. itagatia Removed reference to Bu2ssaw and noted that the City approved products list is accessible through the City's website CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 9, 2020 WESTSIDE IV -- 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date! March 2023 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 016600-3 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 / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017000-2 MOBILIZATION AND REMOBILIZATION Page 2of4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. h) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.i 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2) Lumn Sum Price - Work associated with this Item is included in the total lump sum price. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 WESTSIDE IV —1.5 MG EST CITY PROTECT NO. 103292-1 Project Date: March 2023 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 7000-4 MOBILIZATION AND REMOSILIZATION Page 4 of 4 1.9 QUALITY ASSURANCE [NOT USEDI 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED1 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1,2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF IORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 W ESTSIDE IV —1.5 MG EST CITY PROTECT NO. 103242-1 Project Date: March 2023 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.2.A.3.b.1 6. Added 1.2.A.3.b.2 7. Modified 1.9.A.2 8. Modified 1.9.B.2-3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. As -Built Survey a. Measurement CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 CITY PROJECT NO. 103292-1 Project Date: March 2023 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1) Measurement for this Item shall be by lump sum. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". a) Payment for "Construction Staking' shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. c. The price bid shall include, but not be limited to the following: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's website) - 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (al) files (available on City's 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 roust 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 WESTSIDE IV —1.5 MG EST CITY PROJECT NO, 103292-1 Project Date: March 2023 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS A. 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 b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 CITY PROJECT NO. 103292-1 Project Date: March 2023 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 2) Use of Benchr»arks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy oftbe 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 he 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2623 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) 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). CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I4, 20I8 CITY PROJECT NO. 103292-1 Project Date: March 2023 017123.6 CONSTRUCTION STAKING AND SURVEY Page 6of8 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft tolerance. b. Horizontal alignment on a structure shall be within .0. lft 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 fl 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 3.1.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. CITY OF FO11T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 WESTSIDE IV — 1.3 MG EST CITY PROJECT NO. 10322-1 Project Date: March 2023 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 4. Revisions, corrections and other pertinent data shall be logged for future reference. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd 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 CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 CITY PROJECT NO. 103292-1 Project Date: March 2023 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 14, 2018 CITY PROJECT NO. 103292-1 Project Date: March 2023 FORT WORTH® Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Util ities\061018398-FW W D-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\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. (htto://onlinemanuals.txdot.Rov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors 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 K:\FTW_Utilities\061018398-FWW D-WSI V-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\0171 23.16.01_Attachrnent A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long K:\FTW_Utilities\061018398-FW WD-WSIV-EST-AND-TM\SPEC\ESTLDivision-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, 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=0 C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\061018398-FW W D-WSIV-EST-AND-TM\SPEC\ESTLDivision-01_General-Requirements\0171 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. Projected Coordinate System: NAD_1983_StatePlaneTexas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa l se_Easti ng: 1968500.00000000 Fa I se_N o rth i ng: 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 .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street Grid NAD83 TXSP 4202.csv K:\FTW_Util ities\061018398-FW W D-WSI V-EST-AND-TM\SPEC\EST\_Division-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water an Main Street_Project Specific Datum.csv Example Control Stakes KAFTW_Util ities\051018398-FWWD-WSIV-EST-ACID-MASPECVST_Dn►islon-01_General-Requ irements j01 71 23.16.01_Attachment A_Surrey Staking Standards.docx Page 6 of 22 o7 DOUBLE SLASH DOUBLE SLASH MARK POINT NUMBER CONTROL POINT NUMBER CP #1 ELEVATION EL.= 100.00' COORDINATES N=5000.00 E=5000.00 0 IA Zw O V CC Z O O = U ~ ▪ Z _ 0 (/) w J - W Q W CC 0 O V. Water Staking Standards K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page7of22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes 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 II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main 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 II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 Sanitary Sewer Staking NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING .) BACK (SIDE FACING R.O.W.) POPiT HUB flEVAIION (OPTIONAL) HUB PAINTED BLUE WITH BLUE WHISKERS OR 600 NAIL WITH BLUE WHISK�,FR �a OFFSET DISTANCE CENTERUNE OF WRIER UNE STATIONING IDENTIFIES TOP OF PIPE IDENTIFIES CUT — OR FILL + HUB PAINTED BLUE FLUSH WITH GROUNO, WITH TACK OR BLACK 00T / FRONT (SIDE FACING c_) BACK (SIDE FAOHO RAW) P s FRONT (SIDE FACING q) IDENTIFY ANY TEES, METERS GATE VALVES. CROSSES, ETC. CONTINUE STAKING EVERY 200' A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required 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 at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 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. 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 III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 C K 0 0 00 tO N CO o0 ,I- 0 < 3 LA (D D 0 v o (D IN H -0i, < t/, N v mm OU C7 — a c' a o' n. cA •0 I Q Gi x (D CD 0, (D m 17, 3 (D O FRONT (SIDE FACING �) 2nd OFFSET STAKE FOR AUGNMENT FOR SSUH'S SAME STATIONING AS FIRST OFFSET STAKE FRONT (SIDE FACING () 2nd OFFSET STAKE T017 ALIGNUCNT FOR SSUN'S FRONT (SIDE FACING q.) NO FLAGGING REOUIRED IN LIEU OF GREEN PAINTED LATH FRONT (SIDE FACING '20 4%. NUB PAINTED GREEN, FLUSH MTH '\j. GROUND, RI TN TACK OR BLACK DOT 1�t OFFSET STAKE FCR AUCNMENT CN SSUFFS SANITARY SCViER LAZE 10001 nes UaNn me STATIONING IOENRrrcs FLOMJNE OF NORTH PIPE GRADE IDENTIFIES CUT — OR TILL t FOR NORTH PIPE IDENTIFIES FLONLINE OF SOUTH PIPE GRADE IDENTIFIES CUT — OR FILL + FOR SOUTH PIPE IDENTIFIES RIM GRADE IDENTIFIES CUT — CR FILL + TO TOP OF MAC Mt AWE M18 P TED EN WTH BLUE w ISKER5 OR ROD NANL WIN BLUE WHISKERS NO 2N0 OFFSET STAKE root EtNTERUNE NEEDED FRONT (SIDE FACING q.) BECAUSE STA11ON NC BETWEEN SSW'S WAS \ LESS THAN 400'. SPUT THE DEFERENCE AND SET STAKE W THE MIOOLL 1M. OFFSET STAKE FCR AUGNNENT FCR SSUH'S 1000,20 Example Sanitary Sewer Stakes VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans 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 II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK plot MOM N.B.I.) POINT i HIA QLCYAtO Example Storm Inlet Stakes FRONT (SIDE FACING q.) NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LAIN IDENTIFIES WHICH END OF THE N1N0 BEING STAKED NLET STATION OF NOTED ON PLANS) WENTIFlES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLDW1JNE HUB MTH TACK rts- S- BACK OF CURB FLOVA NE OSTII CES FOR Mimi STANDARD 10' — to RECESSED 10' — 2U STANDARD DOUBLE 10 — 26.67. RECESSD DOUBLE 10 — actor EDGE OF PAVEMENT EDGE OF PAVEMENT BACK FACE OF INLET FRONT (SIDE FACING Q.) 0 os IDENTIFIES VMICH END OF THE %MNG SONG STAKED BACK OF CURS EDGE OF PAVEMENT K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST_Division-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D 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 K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\ Division-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING %) FRONT (SIDE FACING .) mores MIT PORT ff rI U BACK (90E FApIO ROIL) PONT i HUB EIEVADON 101 Fi 4 IOCJTNICI orrBIT b le SICK Cr CURB DR FM POIr PAQ 0, CORM. SWAM IS TO Mr EI. - NO FLAOGINC REOUIRED IN UEU OF PINK PANTO LAN FRONT (SCE MONO Ij FRONT bnvnacsQro (BDC FA0N0 9.) POM T OF T GMT 4 Is is 111 1 lbL1° 1111 I 1 i 1 111 1 — —Ill (11 71 // /'1 I /i/i I( q^/ / / / 1 .Q, /6\/ / / / / NNQ.N,. ded// !/ i / \\ �` i / / / rS�G~ —/ __/ / / \ —ter" �� / �/ / fy� —rr — ---• -' err r—'r ,/ I / rr r�r� —rr —�—r �.� rr▪ r BACK OF CURB \ r--" — —ter �Yr—� — r.rr—_.r --'-- rJ _���— ------57-QS_\ � � FACE OF CURB L FLOWLINE TOP OF CURB —r' EDGE OF PAVEMENT ro GPM 0N0 rthaua PON T7 Example Curb & Gutter Stakes at Intersection �R 1 K:\FT W_Util ities\061018398-F W W D-WSI V-EST-AND-TM\SPEC\EST\_Division-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 CT 741 to o/5 sTAxt a ADE A7 STATION Crt Li] UP N CO LN ID' 0/S STAKE M'/GRADE AT DEN STATION 4 4 4 II] 4 4 [] 40' WAX DISTANCE I SO' IAX. DISTANCE I 00. MAY. DISTANCE I so' VAx. WAND( I 50' INA)L DISTANCE 1 50' WAX. DISTANCE 1- (>1 1 i 1 1 I I2 1 1 1 I I i 1 ro Tt 9AEN or Eufn m I T CM 1 CD o f 60. MAX DISTANCE 1 0 ro Cr/ _ 1 rt SiAM J � v 1c co LJ l_nwAl PC / iNJ vi MI. STAKE -' . WJc cADE AT 6i7 / • m EVEN STATON yQ n.Q " Ou Cn Jf / ;'� 'v of cr / Nil • �. � / Al PT 10. --1Ca o' n W PAWS I; N POINT a N WMo x ro rp a R , D• r 1] WANADE AT • C E 41I STATION �• ro 3 ro 0 V MACK Cr CAB F MC LENGTH IS GREATER THIN 100'. . Pcc OrrSET STAI[[ SHOULD BE MT I S9' MAX DISTANCE I Q ^ I ,0I aJs suer rn w/GRADE AT FT IC O SIAM N, Sr Alm AT EN STATION la 0/5 STARK witNADE 1o_ ti 30 RADIUS PON7 iF W/FW GRADE a k I p OA —E1 sT 1c WAPLIDE AT ENTA TA Tom TYP. FRONT (SIDE FACING Q..) 4 7/G mimics or,srr a N7 BACK CC CURE 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) Date: Standard City Cut Sheet Staking Method: LOCATION: 0 TOTAL 0 GPS STATION City Project Number: Project Name: 0 OTHER CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. - CUT + FILL K:\FTW_Util ities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST`-Division-01_General-Requirements\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. K:\FTW_Util ities\061018398-FW WD-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 1 986e.x t OS+ Y.LS 217 SalYR • s Of o; 0 1 TFT•0 .// hht 111 ! laratof AtO '41-/C4 CIIIgrap /a/ v.-.a 3/.5 II I 1 i riiiiiiiiiiii ri..ii iii111111ii iiiiiiiiiiiiil Irla tlatINtla I a: - /1‘ 1.111.. 1.,-.1, •-• ,ystay sans; me nt1ss11111.....1 /A, • . ci 1F.F. a.... FF. I sr... et, t .t.a /I rig SISHIS....,111,01. 1 11•11/1aEl: i I r F 1 tt ca !tale.... 4. a to .,..4.4, -.---,,,iiiiiiisintairlag - . .. a tai:. ,71;;A.........; 4: 116 .10....41..........0•a1VW1,4111 1r14111F41Iit.t1a....m1e.,ta3,* al. •allI/•.11 N111M14..: .11MI. 1., attqMI1IMaitIItat .1413110:1 ltnq1.6a.—tall.1aS.titl 111 1p1114•MIal4.4..ste ntiiNallaa• yet Ityysnts3:11ILKi=;'atlittLt,:Ifli1131L,,....tl,itta 1i,nuI. 4!11:k 11,1.1111,1 tttt,11111:11vii atSttilSatfaala*am taa•aa laI/Itll V tial.11latail ' • Itla'll NSW N •IF Vagina, 111441111*Ia. •tooFr rale/ lie iiri/al a alaal, 'BEI Oa gla SO Oat, till VFW 11 JIM, 1111.11 allIlltill• MN a4 snip, WI LIN I lain sinsteazeme 1 0111111t. tall liartlagn I I ;2 ill.111; Jill lat.11 Ran A II alallinte -F-.-.1 • YLPS t: 10 -,-, ----717-7 4t.':/, - .1 i le t .:..:::.-...: • -...! TagiritAd fill 11 i flt I As!,I ek IS ft,It 141111111311 II SWUM. 14411.11 ItICaallaelta 1111111Itil Wok f alai/11411 SWAM SM El $1•11/11“ 3,1 at 114.1111 IV lit Mita Sallalloat•will.latifor• a • n Am n... If alle• Mill iitttgualfm.rimistx.,;,,„...:!;;;;;IL-, 1,1,111•Ii 111•1.1tolli S41.• Il• a Ralr 1.• i'131Vgli f Irani "a4tatiiarealtr1111111EtilP -11"I Ilti:Ci tOUttl:;11:111411,7 • /If.' I.:.11.1=1:1F.:11,11111Uttilitt'LlAtri:t I' e r4 ' Trani illt:t::::relititi 11:4 APT lei :; 'telt:. .,,,.......„,„,.,„..„...,,,,,_ ,Wirmtm ..1./tiffirguittestegatt:t111!:194,1.111;" VIP.., taBlIV.:111,1.,Fttglren I !don alIMPOII:414,1111 Platiltall tititan..w74"'wr,."71-7111,11"ejiiirti-It'19 i‘ttotiiiittiv,ititt...,11.R.1111";!: 1 itgl quills/ ta Fitt 111111111. .it.11111,1 .1.11111/91116 .at MN Sill af VIM: c1/1•11111 '13 laaitta.as FIF lttti-mi:rti1..,utt tuitnitttt ittm:trarvt1rttia ...:1tlhiA;.: ... nen-1 sat mains s 11140 6• ., l.at4r1;1.'t.l8 r4N.. fI I T11l.l1i=g1..*1.t1r' 11/a./.i."tW..It-.i1 1i1l ltlP.11:1i1 111*14 4...1.ZZ:44 Il:: as.*.. t 'iiilI.IM-.I!4MetlM «agtaia)"tAn AiatkRaI 1a.11iWi4111141liliii; IItltt.:="•- 1. ttag&.4.Ig4,4_"...1,er1PS•1ilt7lf"k"""l't"rlltlaiil:—7iga i:riirmiiiittifil14il,11iir ,C,t• 111••••••:•11/! 1lai•11., /111C j!jjrat1-7,1113r111311141jr,..Z,1: :1;.: .,‘tmit ..a.-isInr I_ t......2111 tan S a — -I. CPS ates.4...a..tur../.• ttttt ih. ire I • 1 • .8O•lr • 1 I .r.A aiii"i:4."14ilitiill111.t1E,llli1: CPSwatOCCRCra••an• •.41t4OM OABarnIMICtI. ss • museums., vs* In I I! lablk111114Flinnliaaiall ta it ataadialaasluamea1a1ala.3111•11.1•14.• okil aFFIVIS a V F1 1111 1L315I taltalltI lai taa.14.32 3 II HS It 111 1111 1, let tallaa% a. FILIIA,F1ttaltal'aatta-Olata 141...1LIN.1 litt MIRO ,Faaa itt.triltellSluirrniairtili.*ni.10.11‘121•11v,,,l,,Ut‘e 111111.11.11111111111t1VIIAR FlalartaFiek, nv.s.s.vssososn. , 1...'InAILIVItiA 11 K:\FTW_Util ities\061018398-FWWD-WSIV-EST-AND-TM \SPEC\EST\_Division-Ol_General-Requirements\ 01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 BLK 6 lorz satr0.•At/e+wr. - 114/1.p IA REYWE EXIST. IPMATER STA 05a0 - 12 VL (FLLVD DV REZONE II SALVAGE EXIST GTE VALVE • RED4f R ORINEt:T 7O EXIST., WATER INSTALL I. el SCUD SLEEVE r 69 X •ER rO 69110E VALVE N69II0358910 E•22467J7179+ LDr AS 1 01 -k IAA Ann f/s.1.1. .m.• 0077AXJA. STA O>'S[X- OWL /ASTALL )Z45VERT. BEAD N6900613125 E•??96117SW REMOVE & SALVAGE EXIS7.110E VALVE 1QT A CIU hM Ore OK/o. ors STA Oa100 - 6P'Mt MIND 671V IMSTMIL r IP ILL SOU) SLEEVE 9IF L✓' I9WATER PIPE CONNECT TO EXIST. IP WATER M19947145.9Z79 E-22963 &!36 STA0575E - IZ' MSTML r OP e•VERT. BEAD M6947055s947 E-229670 2,13 CP. KI VI' CUT 1•69 7•10LY1 E•CRIPIOiWDD ELEV. 723.30 STADI15 -IPWL MSTAIL r e x 6 AM7O TEE I- (WATT VALVE+ I- ME nr• l6[f 6M'ARMT LEAD h 69110E VAD•E IP69410304/17E9 E-22962161238 0 STA GiH 56 - IP INSTALL I-1z 4svERr. 81210 Y•6s47452s633 E•219 -TIYa370 =s min ssssa�essaiiiiiH�3asaa�iigr�t�i�mans mommemonmem «!n - IDr, s000.. b r.)., wro .pv.AM A Ova Y1 AA. MORON `e1 PROPOSED SANITARY SI SEE SHEET P, K:\FT W_Utilities\061018398-FW W D-WSI V-EST-AND-TM\SPEC\EST\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 toa- irw- wain.. MOM OWWWI NM, at r SWIM mists Cr .sr v o� �.� sA.0 SAMAN SEWER rA. ---ausr• ► D WEE ..n f L-3771 E4 L-3654 PROPOSED ErSAN.SEWER UNE A bX AP • rar[RD. w. ;44- _ wwwwr4 ofxrgr ■ FUME �ili:74 e s gf$9118N. c� ..ea ssos'c zift_an T a a-E-Eas��sR „mac xcs_ �a: - i.€ �egg>otii4 §itEc a. - =', see zdlsB¢i g Ia--5eifi tired[ rail] • Oi1i1 2Mi tREEBii:ia` ws ss ng@t : a� ems_ __-._ -- Ba 4S 7 sta'rit tg.L 55tZt[r ais ;$a::gIZ =I �eD$5a• s . rt+ �§ HdSB B _ ? is c34--.as -., _y Ei s �7 - - . ---- g . ��E inn :.i3g...._ 60.0a_^3 i&yC H3 s'u' gm3.- Its $.--...,-,. i.,e,-„ Tip i t L--S6ei=t3i a 1M�-i3O,Pie .41 5 E!Cgesr =s-ilittn =-ii 6 a ig at atreimsaer a-ia :maim .,1 --, ana4r.danaaamaaaur. �I � aEB&e�A- E r f2FE , $ 40. 1 .m sno MT MAP NO.7NM-3/D.:OR-.76 MAPSCO PA,ilf NO >.N . 'r• W x ef. -1 a ..C�`7e<i�'eb .r...,Al...r /o em. eM dement m.ew T +sr okm. RW qt . rlpn. Tr., 41.. OAMVO R4 RATOM o = r'PARYMPM ' 1 A I�IT R.LT 1.11 41Aa N (OM •: WM{s ftwoo w•wor 1400 Tr Amy W 1• PMr .. CfAYTORI RD. V (PIOYD DR -ROWAN DRI D ISM SW �.01 v K:\FTW_.Utilit &X29 LOTE .vas qr Ar Viet awe OSMTART SEWER SETNCE NI CIEAKVT 'LAYTON RD. W CO AT W. I/ ow • OJTTO „/ ya ; STA19X • CSS LJNE A - £XbT. STAG L-3fft - EYfST. STAh7O.G--3654 RENO/E EXIST SSNN CCN TACT S If OE ass L. CCNST.IOASSW, 1ACL))OE PvN"Otif.V! & MN WSEAT M/ CORROSION PAOrECTAW COYNECT P.IP.Ir SS NMI CONNECT PRP.Ts5 OtE&90 TO PRP.SSMH. A-6946$f5 sna £-22965592L LOT 3 �aI /a1/. Ar V.+..s :1":`= n WOO trig,* O 2MY ;E. SAL SEXIER LOT 2 Pot grit mama. IMAM PRIOR CITY MAP NO. 2018-380,2018-3' MAPSCO PAGE NO. 74N, S, T, W ss-s--s--LLf-illEMlta_IT a ---ii-a---------:sass- ■ 2•ap I•00 7 7, h-T .�S >ments\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 24 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 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 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 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 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827 011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 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 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6544860.416 2295534.397 752.986 SSMH RIM CPtt&W4h C POD >� LISTS It) -t e L ti S F _ 5 ui-ht K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 25 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. K:\FTW_Utilities\061018398-FWWD-WSIV-EST-AND-TM\SPEC\EST\Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 FAr ion Inlet! I1011le61 Fdr1Wa6 Oita krdrif hex Aa1Ee1 Gran • 11 • A i .1• . wi.p7e.1 (worn - ■ I II- 'y . 04. d- rills • or mNrw.2kce«t. • 6 - % • h: fantn Feni 2..9nmert N9MWr - 111 '..1' Good He Sr! ... ipllowed He--. HY04rElydc Mr c I+reet tl14f6 ielb . x au L.P1 dact' Format thx$KNe N31 IS 1 Normal llad. Eap2ane2o.y r.L,a»Io. t1�1d .� _ uAnN• STI$.5 = y 5 1 1 4 10 it 12 13 Sa 15 f5 17 A d C 0 E 1 6 k 1 I I i e e M ROW! NAM and e1Mrn6K• E WSeR man] teal Meter Owes 0192r+Ed1'.w.il`.'wr-i5e•nlirde fare PrimI 611,1 Nut Nwesdee Ste.1 5agteeleg tner)elerte.,lae. NC VAT 11e1d11Q1 51a1 6I3[Grir7 C9a5d.weef.... HC 41A2 SUS weVailer 5.1416r64C'✓•l.+...47r•.. NC 4202 e Hu [keeYs 6est6.Ml C.. euss Far 9212 MC 4212 a 21.05 eg11-W17146519' 71i.ID 3 - 2-5 CO 7g1'1.64347u3970' A SF.22 NIn4434790.1'350 a11.4: M11.6l109157C0' 711335 tM.2730950.1A67 11 M1.22204245757 I 1(XJ.2320919716C 1(Xn•22299514691' 11.53.19 r In4915911. a6212 714.24 i i 0.90 25 ler.61141e91310' 12.10.71 Hi r149359795112'' 11.14.54 ra1)1y95517123f0' 214.491 !l11.2$4941 XXX i E14I-24216$l E41-2320944621Cr 111.6955974ism 11.91m7 9014935932.1141" 717.464 1 1 0.90.15 Nln493e114.621C 19.13.71 N[049.1E154 5069 2040.a Pik r1.1934644.9910' 361161' tlal•2320944 INCI -i 1lx1•212 30 1910' 1(214:120916.4647 11 11.2122964.s2S2F 17.92 91 N7Y7.1435152. 1510 73.041 0. 43.20 .671473114. 975s 21.52353 ry714111442 2410 27.52 '! N47)•4907441. 150 6915E II12.2329E2 1264 I 1lk3452195491212' 4137.2324421.1477 Lfe:`•2124431.5454' 12-13.17 Nm•64i4971.71 711.041 0.16_07 N rwee 1155.4530 tIr4•2320942. 3170 1{k1.71209213.710' AM51.14 H(Y 1.5456411.2310 391.137 I 1.94.16 NI 7)41111595507 E10•25224304071 1(11•1=1959010 0' 77.55.14 Nf11•6437891.5290 .. 647671 i 241 76 rN n.64119611570' 614-2320430 543C . 67zl•11701211190 SECTION 01 74 23 CLEANING PART 1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 3.10.D.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017423-2 CLEANING Page 2of4 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.I1 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [on] 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] 3A APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD ion] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017423-3 CLEANING Page 3 of 4 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 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 container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 74 23 - 4 CLEANING Page 4 of 4 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 22, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 5. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised March 22, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 b. Statement of Contract Timc 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 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF 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 - WATER FACILITY PROJECTS Revised March 22, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017823-1 OPERATION AND MAINTENANCE DATA SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1- GENERAL 1.1 SUMMARY Page 1 of 5 A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. a. Provide both paper and electronic copy for all O&M manuals. 2. Format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 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 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. Provide an electronic form of the O&M Manual on a USB drive. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and 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] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017823-5 OPERATION AND MAINTENANCE DATA Pagc 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/3 i /2012 D. Johnson 1.5.A.1 - tide of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - WATER FACILITY PROJECTS Revised December 20, 2012 WESTSIDE IV -1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Revised July 1, 201 I WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 01 7839.4 PROJECT RECORD DOCUMENTS Page 4 of 4 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, 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 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —WATER FACILITY PROJECTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 03 30 00 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 SUMMARY 033000-1 CAST -IN -PLACE CONCRETE Page 1 of24 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 1.2 PRICE AND PAYMENT PROCEDURES A. Cast -in -Place Concrete 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast -furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 24 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. M 182, Burlap Cloth Made from Jute or Kenaf 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, 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-milimeter] Cube Specimens) 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C 171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 24 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. E1155, 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. D1.1, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, 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 metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready -mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections 1 through 5 b. ACI 117 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV —1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 24 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 24 C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 24 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-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 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type I/II, 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) 3/4-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 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 e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 03 3000-8 CAST -IN -PLACE CONCRETE Page 8 of 24 f. High -Range, Water -Reducing Admixture l) 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 lI 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,'% - 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.; Earthshield Type 20 6) Progress Unlimited, inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM 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.; Alt Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) Chen:Masters; Safe -Cure Clear 4) Conspcc Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinflm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R,, Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) TanLms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised'.14arch 11, 2022 WF.STSIDE IV 1,S MG EST City Project No. 1032924 Project Data: Mach 2023 033000-9 CAST -IN -PLACE CONCRETE Page 9 of24 M. Related Materials 1. Bonding Agent a. ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement -based, polymer -modified, 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 ASTMC219 c. Primer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 I, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-10 CAST -IN -PLACE CONCRETE Page 10 of24 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 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 defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than Portland ce- ment or Portland -Limestone cement in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000 -11 CAST -IN -PLACE CONCRETE Page 11 of24 b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Fabricating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." Q. R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 1, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 24 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside comer of exposed comer columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside comer of exposed comer columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 I, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000 -13 CAST -IN -PLACE CONCRETE Page 13 of24 c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 24 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items 1. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): 1/2 inch 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 5) Bolt projection: + 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing 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 for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 24 b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on 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. 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTS1DE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 03 30 00 - 16 CAST -IN -PLACE CONCRETE Page 16 of 24 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: ±3/8 inch 2) Members more than 8 inches deep: ±1/2 inch b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 inches deep or less; ±1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 24 f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of 24 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into 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 a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 24 a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 24 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 1 I, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 24 a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL 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 C172 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV —1.5 MG EST City Project No. 103292-1 Project Date: March 2023 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 24 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 test value falls below specified compressive strength by more than 500 psi. 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-23 CAST -IN -PLACE CONCRETE Page 23 of 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of t 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 033000-24 CAST -IN -PLACE. CONCRETE Page 24 of 24 a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab -on -Grade Construction: f 3/4 inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: ± % inch 3) Top surfaces of all other slabs: ± 3/4 inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to % inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work 1. Imperfect or damaged work or any material damaged or determined to he defective before final completion and acceptance of the entire job shall he satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3,13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% 3111 /2022 Zelalem Arega 1.3.B.5.t, 2.2.I.1, 2.2.0.2, — Added ASTMC595 — Type ILcement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTS1DE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 08 11 19 - 1 STEEL DOORS AND FRAMES Page 1 of 6 SECTION 08 11 19 STEEL DOORS AND FRAMES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Hollow metal doors and frames. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. American Society for Testing and Materials (ASTM): a. ASTM A 366 - Specification for Steel, Sheet, Carbon, Cold -rolled Sheet, Commercial Quality. 2. National Fire Protection Association (NFPA): a. NFPA 80-1983 Standard for Fire Doors and Windows b. NFPA 252, Fire Tests of Door Assemblies 3. Steel Door Institute (SDI): a. SDI-100 - Recommended Specification for Standard Steel Doors and Frames b. SDI-105 - Recommended Erection Instructions for Steel Frames c. SDI-107 - Hardware for Steel Doors (Reinforcement - Application). 4. Underwriters Laboratories, Inc. (UL): a. Building Materials List January 1990 b. UL 10B -Fire Tests of Door Assemblies 5. Door Hardware Institute (DHI): a. The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 OS 11 19-2 STEEL DOORS AND FRAMES Page 2 of 6 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 manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Door Size 2. Constriction 3. Frame Type 4. Wall Anchors 5. Accessories required for Installation 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 2. Provide steel doors and frames complying with the Steel Door Institute SDI-100 and as herein specified. 3. Doors and frames required by schedule to be labeled shall be manufactured in accordance with specifications and procedures for doors and frames tested and rated by Underwriter's Laboratories, Inc. Metal UL classification markers shall be attached to these doors and frames. 4. Conform to requirements of SDI-100. 5. Installed frame and door assembly to conform to UL 10B for fire rated class indicated or scheduled. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Deliver metal doors and frames to the project site with no dents or open seams. B. Storage and Handling Requirements 1. Store upright in a protected dry area. 2. Provide packaging and wrapping to protect hollow metal items. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1 _ WESTSIDE IV — 1.5 MG EST City Project No, 103292-1 Project Date: March 2023 08 11 19 - 3 STEEL DOORS AND FRAMES Page 3 of 6 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES , AND MATERIALS A. Manufacturers 1. Manufacturer List a. Ceco Corp., Door Div. b. Curries Mfg., Inc. c. Fenestra Corp. d. Mesker Industries, Inc. e. Republic Builders Products Corp. f. Steelcraft by American -Standard B. Description 1. Conform to applicable local building codes for fire rated requirements of metal door/metal frame and wood door/metal frame assemblies. 2. Fire Rated Door and Panel Construction: Conform to NFPA 252 or UL l OB. C. Materials 1. Sheet and Strip: ASTM A 366, commercial quality, leveled, cold -rolled steel free of scale and other surface defects. D. Fabrication 1. Factory Assembly 2. Shop Fabrication a. Flush Steel Doors: Full flush type of welded seamless construction with no visible seams or joints on faces or vertical edges. 1) Face sheets of 18 gage steel reinforced, stiffened and sound -deadened by laminating to small cell impregnated kraft honeycomb core completely filling the door or by formed steel vertical stiffeners spaced 6" o.c. and attached to face sheets by spot welds and with the spaces between stiffeners filled with inorganic blanket insulation material. 2) Continuous vertical interlocking joints on lock and hinge edges with seams continuously welded, filled and dressed smooth. Bevel vertical edges. 3) Top and bottom edges closed with continuous recessed steel channels spot welded to both faces. Top edge of exterior doors sealed flush with closing channel to exclude water. 4) Fixed glass moldings welded to security side of door. Loose moldings of 20 gage steel fastened with countersunk flat head screws. Fabricate steps to receive vinyl gaskets. 5) Overlapping steel astragals for pairs of labeled doors as required by manufacturer to meet codes. 6) Louvers: Provide factory installed, inverted "V" or "Y" sight proof type fixed louvers. Louver blades shall be 18 gage and frame shall be 18 gage welded construction. b. Steel Frames: Combination buck, frame and trim type of 16 gage steel for interior frames and 14 gage steel for exterior frames. Provide frames with face width, throat opening, backbend and jamb depth as per dimensions shown. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 081119-4 STEEL DOORS AND FRAMES Page 4 of 6 1) Brake -form to profile free of warp, buckles and fractures with corners square and sharp. Form stop integral with frame except where detailed otherwise. Dress sheared edges straight and smooth. 2) Close corner joints tight with trim faces mitered and continuously welded. Dress exposed welds flush and smooth. 3) Fabricate frames for large openings in knocked -down sections for field assembly with butt joints and internal reinforcing sleeves. Knocked -down frame assemblies shall be trial assembled in the shop. 4) Loose glazing stops shall be 16 gage steel, mitered corners, fastened with countersunk flathead screws. Fabricate stops to receive vinyl gaskets. 5) Weld 14 gage steel floor anchors inside each jamb with two holes each anchor for floor anchor bolts. 6) Furnish frames with steel spreader temporarily fastened to the feet of both jambs for rigidity during shipping and handling. 7) For each jamb in masonry construction provide 3 or more 16 gage adjustable jamb anchors of the T-strap type spaced not more than 30" apart. Furnish yoke type Underwriters anchors for labeled door openings only. 8) For each jamb in steel stud construction provide 4 or more 18 gage drywall type jamb anchors. Weld anchors inside each jamb and wire or bolt to the studs. c. Fabricate frames and doors with hardware reinforcement plates welded in place. Provide mortar guard boxes. d. Reinforce frames wider than 48" with roll formed steel channels fitted tightly into frame head, flush with top. e. Prepare frame for silencers. Provide three single rubber silencers for single doors and mullions of double doors on strike side, and two single silencers on frame head at double doors without mullions. f. Attach fire rated label to each frame and door unit. g. Close top edge of exterior door flush with inverted steel channel closure. Seal joints watertight. h. Fabricate frames for masonry wall coursing with 2" head member. E. Hardware Preparation 1) Prepare doors and door frames for hardware. Mortising, reinforcing, drilling, and tapping shall be done at the factory for mortised hardware. Reinforcement shall be provided for surface -applied hardware, and the drilling and tapping for this hardware shall be done in the field. Provide plaster guards for hinge and strike reinforcements and cutouts on frames. 2) Reinforcement plates in doors and frames for hardware shall be 7 gage for hinges and 12 gage for all other hardware. 3) Punch for and install rubber silencers on all interior hollow metal door frames. Furnish 3 silencers for each single door and 2 silencers for each pair of doors. Set out and adjust strikes to provide clearance for the silencers. Omit silencers on exterior door frames. F. Finishes 1. Primer Materials 2. Finish Materials 3. Shop Finishing Methods WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 081119-5 STEEL DOORS AND FRAMES Page 5 of 6 a. After fabrication, doors and frames shall be degreased, phosphatized and factory painted inside and out with a rust inhibitive synthetic primer. Apply mineral filler to eliminate weld scars and other blemishes. G. Clearances 1. Doors shall have pre -fit clearances of: a. At Head and Lock Stile: 1/8". b. At Hinge Stile: 1/16". c. At Door Sill: 1) Without Threshold: 1/8" from bottom of door to top of decorative floor finish or covering. 2) With Threshold: 1/8" from bottom of door to top of threshold. d. Between meeting edges of pair of doors: 1/8". 2. Fitting Clearances for Fire -Rated Door; Comply with NFPA 80. Bevel fire -rated doors 1/8" in 2" in lock edge. 2.3 ACCESSORIES A. Rubber Silencers: Resilient rubber. B. Anchors: three per jamb, typically, of type to suit supportive construction. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify that opening sizes and tolerances are acceptable. 2. Verify surfaces and conditions are ready to receive work of this section. Notify Engineer of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install frames in accordance with SCI-105. B. Install doors in accordance with DHI. C. Install fire -rated frames and place fire -rated doors in accordance with NFPA 80. D. Coordinate with masonry and wallboard construction for anchor placement. E. Coordinate installation of glass and glazing. F. Install doors accurately in frames, maintaining specified clearances. G. Setting Frames: 1. Check frames for rack, twist and out -of -square, and correct. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 08 11 19 - 6 STEEL DOORS AND FRAMES Page 6 of 6 2. Set frames accurately to maintain scheduled dimensions, hold head level and maintain jambs plumb and square. 3. Anchor frames securely to adjacent construction. Anchor to floor at each jamb with two bolts to prevent twist. 4. Leave spreader bars in place until frames have been permanently built into the walls. 5. Install fire -rated frames in accordance with NFPA 80. H. Hanging Doors: 1. Fit and hang the doors to maintain specified door clearances. Metal hinge shims are acceptable to maintain clearances. 2. Doors shall operate smoothly and quietly after adjustment. 3. Place fire -rated doors with clearances as specified in NFPA 80. I. Tolerances 1. Maximum Diagonal Distortion: 1/8" measured with straight edge, corner to comer. 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 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 083323-1 OVERHEAD COILING DOORS Page 1 of 4 SECTION 08 33 23 OVERHEAD COILING DOORS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Overhead coiling door, insulation, and hardware B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms B. Definitions C. 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): 3. International Building Code and associated standards, 2015 Edition including all amendments, referred to herein as Building Code. 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 manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data SPECIFICATION DOCUMENTS — WATER FACILITY PROJECT 1. Manufacturers Installation instructions 2. Operating and Maintenance Instructions WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 OS3323-2 OVE i-[EAD COILING DOORS Page 2 a f 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Installers a. Engage an experienced installer who is an authorized representative of the overhead coiling door manufacturer for both installation and maintenance of units. B. Inserts and Anchorages 1. Furnish inserts and anchoring devices which must be built into construction for installation of units. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. 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 loin OWNER-SUPPL1EDPRODUCTS [NOT USED! 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Provide overhead coiling doors as manufactured by one of the following: 2. The Cookson Co. 3. Cornell Iron Works, Inc. 4. Mahon Door Corp. 5. Overhead Door Corp. 6. J.G. Wilson Corp. 7. Raynor Garage Doors 8. Southwestern Steel Rolling Door Co. B. Performance / Design Criteria 1. Wind Loading a. Design and reinforce overhead coiling doors to withstand a 22 lbs. per sq. ft. wind loading pressure, acting inward and outward. C. Operation 1. Door Operators a. Door shall be provided with manual operating mec as recommended by door manufacturer. D. Materials 1. Curtain Materials and Construction anism with pulley system WESTSIDE [V — 1.5 MG EST City Project No, I03292-1 Project Date.. March 2023 083323-3 OVERHEAD COILING DOORS Page 3 of 4 a. Door Curtain 1) Fabricate of interlocking slats of continuous length for width of door without splices. Fabricate of structural quality, cold rolled galvanized steel sheets complying with ASTM A 446, Grade A, with G90 zinc coating, complying with ASTM A 525, and phosphate treated before fabrication. b. Insulation 1) Fill slat with manufacturer's standard rigid cellular polystyrene or polyurethane -foam -type thermal insulation complying with maximum flame —spread and smoke -developed indices of 75 and 450, respectively, according to ASTM E 84. Enclose insulation completely within metal slat faces. c. Endlocks 1) Malleable iron castings galvanized after fabrication, secured to curtain slats with galvanized rivets. Provide locks on alternate curtain slats. d. Windlocks 1) Malleable -iron castings secured to curtain slats with galvanized rivets or high -strength nylon, as required to comply with wind load. e. Bottom bar shall consist of 2 galvanized steel angles, each not less than 1" x 1" x 1/8" thick, with replaceable gasket of flexible vinyl or neoprene between angles as a weather seal. Equip bottom bar with sensor edge. f. Curtain Jamb Guides 1) Fabricate curtain jamb guides of steel angles, or channels and angles with sufficient depth and strength to retain curtain loading. Build-up units with minimum 3/16" thick steel sections, galvanized after fabrication. g. Weather Seals 1) Provide vinyl or neoprene weatherstripping. At door heads, use 1/8" thick continuous sheet secured to inside of curtain coil hood. At door jambs, use 1/8" thick continuous strip secured to interior and to exterior side of jamb guides. h. Locking 1) Provide manufacturer's standard slide bolt, designed to receive padlock. 2. Counterbalancing Mechanism a. Counterbalance doors by means of adjustable steel helical torsion spring, mounted around a steel shaft and mounted in a spring barrel and connected to door curtain with required barrel rings. Use grease -sealed bearings or self- lubricating graphite bearings for rotating members. b. Counterbalance Barrel 1) Fabricate spring barrel of hot —formed structural quality carbon steel, welded or seamless pipe, of sufficient diameter and wall thickness to support roll -up of curtain without distortion of slats and limit barrel deflection to not more than 0.03" per ft. of span under full load. Provide spring balance of one or more oil -tempered, heat —treated steel helical torsion springs. Provide cast steel barrel plugs to secure ends of springs to barrel and shaft. c. Brackets 1) Provide mounting brackets of manufacturer's standard design, either cast iron or cold —rolled steel plate with bell mouth guide groove for curtain. d. Hood WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 083323-4 OVERHEAD COILING DOORS Page 4 of 4 1) Form to entirely enclose coiled curtain and operating mechanism at opening head. Provide closed ends and intermediate support brackets as required to prevent sag. Fabricate hoods of 24 gage minimum hot -dip galvanized steel sheet with G90 zinc coating, complying with ASTM A 525. Phosphate treat before fabrication. E. Finishes 1. Painting a. Shop clean and prime ferrous metal and galvanized surfaces, exposed and unexposed, except fraying and lubricated surfaces, with door manufacturer's standard rust inhibitive primer. 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 door and operating equipment complete with necessary hardware, jamb, and head mold strips, anchors, inserts, hangers, and equipment supports in accordance with manufacturer's instructions and recommendations. B. Upon completion of installation including work by other trades, lubricate, test and adjust doors to operate easily, free from warp, and twist of distortion. 3.5 - 3.14 [NOT USED] END OF SECTION WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 087110-1 FINISH HARDWARE Page 1 of 5 SECTION 08 71 10 FINISH HARDWARE PART 1- GENERAL 1.1 SUMMARY A.Section Includes 1. Hardware to fully equip doors throughout the project. B.Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 08 11 19 — Steel Doors and Frames 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A.Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA): a. NFPA 80-1983 Standard for Fire Doors and Windows. 3. Texas Civil Statutes: a. Article 9102, Texas Revised Civil Statutes, The Elimination of Architectural Barriers, Effective June 21, 1989. 4. Underwriters Laboratories, Inc. (UL): a. Building Materials List January 1992. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Hardware Schedule WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 087110-2 FINISH HARDWARE Page 2 of 5 a. Hardware schedule shall be in the vertical format as outlined by the Door and Hardware Institute. Schedule items required for the entire project. Include a picture or catalog cut of each item and list the finish. Provide manufacturer's installation instructions for closers. 2. Templates a. Upon receipt of reviewed hardware schedule, provide one copy of reviewed schedule with templates to each fabricator of doors and frames and other work effected by the hardware. 3. Accessibility Standards a. Submit a letter verifying that the hardware submitted is in conformance with Article 9102, Texas Civil Statutes, Elimination of Architectural Barriers Act of Texas. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.Certifications 1. Underwriter's Laboratories Requirements a. Hardware for opening classes as requiring a UL label in the door schedule, or by code, shall be furnished and installed to meet the applicable requirements of NFPA 80. Hardware for fire doors shall be UL listed for usage with types and sizes of fire doors specified and scheduled. 1.10 DELIVERY, STORAGE, AND HANDLING A.Material shall be delivered to project site in a timely manner as not to impede job progress. Factory drop shipments will not be accepted. Material must be marked with manufacturer's name, number, finish, door number and hardware set number. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A.Manufacturer Warranty 1. Door closers shall carry a published ten-year limited factory warranty against defects in workmanship and operation. 2. Door Push and Pull Bars shall carry a published two-year factory warranty against defects in material and workmanship. 3. Exit devices shall carry a published three-year limited factory warranty against defects in workmanship and operation. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Butts and Hinges Manufacturer List WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 08 71 10-3 FINISH HARDWARE Page 3 of 5 a. Hager Hinge Co. b. Lawrence Brothers c. McKinney Mfg. d. H. Soss & Co. e. Stanley Hardware, Division of The Stanley Works 2. Door Stops Manufacturer List a. Accent Div. Hager Hinge Co. b. Baldwin Hardware Corp. c. Brookline by Yale Security, Inc. d. H.B. Ives e. Quality Hardware Mfg. Co., Inc. f. Trimco Builders Hardware 3. Substitution Limitations a. Only those products listed will be accepted. NO SUBSTITUTIONS WILL BE ACCEPTED. Manufacturers listed as being acceptable must still meet the conditions of this specification. 4. Product Options B.Butts and Hinges: 1. Furnish butts and hinges with flat button tips. 2. Provide hinges from one manufacturer. 3. The following are acceptable manufacturers: 4. Furnish hinges in size, weight and finishes listed in hardware set. Where scheduled as BB, provide ball bearing hinges. Oil -impregnated porous metal bearing hinges are not acceptable. C.Floor Stops: 1. Floor stops shall be solid cast brass or bronze. 2. Furnish and install floor stops with machine screws and expansion shield. 3. As conditions require, provide necessary carpet risers. D.Fasteners: 1. Furnish necessary screws, bolts, and other fasteners of suitable size and type to anchor the hardware in position for long life under hard use. 2. Where necessary, furnish fasteners with toggle bolts, expansion shields, sex bolts, and other anchors, appropriate for the material to which the hardware is to be applied and according to the recommendations of the hardware manufacturer. 3. Fasteners shall be packaged with hardware. 4. Provide fasteners of the same material and finish as the hardware. 2.3 ACCESSORIES A.Hardware Schedule 1. This schedule is intended to include hardware required. Verify doors shown and scheduled on the drawings with doors listed in this schedule. In the event of omissions in the schedule, furnish hardware of the kind, quantity, and quality scheduled for similar locations. Hardware for a complete installation is required, whether specifically mentioned herein or not. 2. Lock cores shall be keyed to match Owner's existing keys. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 08 71 10 - 4 FINISH HARDWARE Page 4 of 5 3. Designations in hardware schedule are taken from the following manufacturers: a. Hager (H) b. Corbin Russwin (CR) c. Yale Security, Inc. (Y) 4. Hardware Set No. 1: a. Exterior Door 1) 1 Lockset ML2224** (CR) 2) 1 Closer 2300BC (Y) 3) 1 Floor Stop 259F (H) 4) ** The lockset and hardware for the exterior door must be able to accommodate future magnetic card readers. B.Hardware Locations 1. Locate hardware for doors as follows, unless specifically detailed otherwise: a. Locks and Latches 40" (+/-1 ") floor to centerline of strike. b. Hinges Manufacturer's standard locations. 2.4 SOURCE QUALITY CONTROL A.Tests and Inspections B.Non-Conforming Work C. Manufacturer Services 1. Provide the services of a qualified representative from the exit device manufacturer to be present at the project site to oversee the installation of exit devices on a pair of entrance doors. Upon acceptance, this installation shall set the standard for all exit device installations. D.Coordination of Other Tests and Inspections PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Fit and install hardware on doors in conformance with the following hardware schedule. Hardware shall be installed by tradesmen skilled in the application of commercial grade hardware. 1. Provide properly sized and accurately located mortises and drilled holes for hardware on wood doors, using appropriate jigs, templates and power equipment. 2. Metal frames shall be drilled and tapped accurately. 3. Fit hardware accurately, remove until painter's finish is applied and then replace and adjust. 4. Ensure that operating parts move freely and smoothly without binding, sticking or WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 08 71 10 - 5 FINISH HARDWARE Page 5 of 5 excessive clearance. 5. Position and install the various hardware items on doors to agree with the locations specified in SECTION 08 11 19 — STEEL DOORS AND FRAMES, or as may be specifically detailed. 6. Keep knobs and pulls covered with heavy cloth or plastic wraps until final acceptance of the project. Upon completion, leave hardware clean, undamaged and in proper working order 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 A.Adjust and clean the operating hardware at each door. Lubricate parts with lubricant recommended by manufacturer (graphite type, if no other recommended). Replace units which cannot be adjusted to operate freely and smoothly. 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 WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 SECTION 09 91 00 PAINTING PART 1 - GENERAL 1.1 SUMMARY 099100-1 PAINTING Page 1 of 9 A. Section Includes 1. On-the-job painting and finishing. a. Included: Paint and finish the following materials, fittings and equipment items which are exposed to view inside and outside. 1) Iron and steel 2) Concrete masonry units 3) Interior concrete ceiling and beam surfaces 4) Interior concrete floors 5) Gypsum board 6) Interior caulked joints 7) Bare and insulation covered piping and ductwork, conduit, hangers, grilles and registers, and primed metal surfaces and factory -finished surfaces of mechanical and electrical equipment. b. Not Included: No painting is required on the following: 1) Factory -finished metal lockers and finished light fixtures 2) Architectural aluminum and stainless steel 3) Galvanized metal 4) Acoustic panel ceilings 5) Pre -finished cabinets c. Contractor shall examine the drawings for mechanical and electrical work, and all materials installed throughout the building which require painting shall be painted under this section of the specifications. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms B. Definitions WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-2 PAINTING Page 2 of 9 1. For purposes of this painting specification, the following areas and spaces are not considered finished, occupied areas and there will be no painting therein except for doors and frames and as may be specifically scheduled in article paint schedule. a. Mechanical chases b. Spaces above suspended ceilings c. Under -floor crawl spaces C. 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. ASTM D 16 - Definitions of Terms Relating to Paint, Varnish, Lacquer and Related Products. b. ASTM D 2016 - Test Method for Moisture Content of Wood. c. ASTM D 4258 - Practice for Surface Cleaning Concrete for Coating. d. ASTM D 4262 - Test method for pH of Chemically Cleaned or Etched Concrete Surfaces. e. ASTM D 4263 - Test method for Indicating Moisture in Concrete by The Plastic Sheet Method. 3. NACE (National Association of Corrosion Engineers) - Industrial maintenance Painting. 4. NPCA (National Paint and Coatings Association) Guide to U.S. Government Paint Specifications. 5. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. 6. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 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 manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Paint Schedule a. If painting materials other than those specified are proposed for use, submit a complete schedule of the materials to be substituted. This schedule, in triplicate, shall be in the same form as the paint schedule included in this section, and shall list materials by manufacturer, brand name and type for each surface to be finished. B. Samples 1. Submit in accordance with Section 01 33 00 - Submittals. Submit two 8 1/2" x 11" samples of each paint color. Samples shall be on heavy cardboard and shall be made with the actual mixed paints to be used on the project. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-3 PAINTING Page 3 of 9 1.7 CLOSEOUT SUBMITTALS A. Record Documentation 1. Close-out Schedule a. Upon completion of work, furnish a full schedule of paint types and colors actually used and formulas for each to the Owner. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Extra Stock Materials 1. Upon completion of the work, deliver to project site 2 gallons of each type and color of paint applied to interior and exterior surfaces. Provide formula for custom match colors. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Company specializing in manufacturing quality paint and finish products with 3 years' experience. 2. Applicators a. Company specializing in commercial painting and finishing with 2 years' experience. B. Product Labels 1. Include manufacturer's name, type of paint, stock number, color and label analysis on label of containers. C. Single Source Responsibility 1. Provide primers and other undercoat paint produced by same manufacturer as final coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. D. Do not paint over code -required labels, such as Underwriters' Laboratories and Factory Mutual, or equipment identification, performance rating, name or nomenclature plates. Delivery, storage, and handling 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Deliver materials in original containers with seals unbroken and labels intact. B. Storage and Handling Requirements 1. Contractor shall designate a specific space at the project site for storing and mixing materials. Protect this space and repair all damage resulting from use. Do not store kerosene nor gasoline in this space. Remove oily rags at the end of each day's work. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-4 PAINTING Page 4 of 9 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. The Sherwin-Williams Co. b. Tnemec Co. B. Materials 1. Materials described are based on the specifications of the above listed manufacturers, and are given to designate the quality of materials required. Materials of best quality grade are representative of the standard of quality required. Materials not displaying manufacturer's identification as a first line, best -grade product will not be acceptable. C. Colors 1. The Owner will select colors. Regardless of which brand of paint is selected for use, the Contractor shall intermix and blend as required to obtain an exact match to each color on the color schedule. D. Paint Schedule 1. The products listed below represent top of the line products of each manufacturer. These products are not presented as being equivalent, as there are too many variables to match each product across the board. Manufacturer's designations are: a. SW - The Sherwin-Williams Co. b. TN - Tnemec Co. 2. Interior Metal a. Steel door frames, borrowed light frames, louvers and vision panel frames in doors, hollow metal doors, sound retardant doors and ladders. 1) 1 primer coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 2) 2 finish coats a) SW Acrolon 218 b) TN Series 1095 Endura-Shield b. Other exposed iron and steel 1) 1 primer coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 2) 1 finish coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy c. Items of mechanical and electrical machinery and equipment 1) 1 finish coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy d. Fire extinguisher cabinets, including door and frame inside and outside. 1) 1 finish coat WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-5 PAINTING Page 5 of 9 a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 3. Exterior Metal a. Non -galvanized steel door frames, hollow metal doors, pipe handrails, railings, lintels, gates, and ladders. 1) 1 primer coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 2) 2 finish coats a) SW Acrolon 218 b) TN Series 1095 Endura-Shield b. Steel pipe, conduit, hangers, supports and brackets. 1) 1 primer coat a) GL Glid-Guard Tank & Structural Primer No. 5205 Series b) SW Macropoxy 646 c) TN Series 27 FC Typoxy 2) 1 finish coats a) SW Acrolon 218 b) TN Series 1095 Endura-Shield 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 that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. 2. Examine surfaces scheduled to be finished prior to commencement of work. Report to Engineer any condition that may potentially affect proper application. B. Preinstallation Testing 1. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: a. Gypsum wallboard: 12 percent b. Interior located wood: 15 percent, measured in accordance with ASTM D 2016. 2. Test shop -applied primers for compatibility with subsequent cover materials. C. Beginning of installation means acceptance of existing surfaces and substrate. 3.3 PREPARATION A. Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions for each substrate condition. B. Surface Preparation WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-6 PAINTING Page 6 of 9 1. Wash galvanized metal surfaces with mineral spirits to remove residual grease and oil. 2. Fill open joints, cracks and crevices on steel buck frames with metal putty and sand smooth before painting. 3. Sand woodwork surfaces smooth before priming. 4. Putty nail holes after the prime coat. 5. Un-coated steel and iron surfaces a. Remove grease, scale, dirt and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts and nuts are similarly cleaned. Spot prime paint after repairs. 6. Shop primed steel surfaces a. Sand and scrape to remove loose primer and rust. Feather edges to make touch- up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. 7. Surface preparation of Existing Concrete Flooring (Acid Etching) a. Remove all surface contamination (ASTM D4258). b. Wet surface with clean water. c. Apply a 10-15% Muriatic Acid or 50% Phosphoric Acid solution at the rate of one gallon per 75 square feet. d. Scrub with a stiff brush. e. Allow sufficient time for scrubbing until bubbling stops. f. If no bubbling occurs, the surface is contaminated with grease, oil or a concrete treatment which is interfering with proper etching. Remove the contamination with a suitable cleaner (ASTM D4258) and then etch the surface. g. Rinse the surface three times. Remove the acid/water mixture after each rinse. h. Surface should have a texture similar to medium grit sandpaper. i. It may be necessary to repeat this step several times if a suitable texture is not achieved with one etching. Bring the pH (ASTM D 4262) of the surface to neutral with a 3% solution of trisodium phosphate or similar alkali cleaner and flush with clean water to achieve a sound, clean surface. j. Allow surface to dry and check for moisture (ASTM D 4263) C. Removal 1. Remove hardware and accessories, plates, lighting fixtures and similar items which are not to be finish -painted or provide adequate surface -applied protection for these items in place. 3.4 APPLICATION A. Workmanship shall be of the highest quality. Mix and apply paint materials in accordance with the manufacturer's directions. Spread materials evenly, flow smoothly, and brush out without sags or runs. B. Provide finish coats which are compatible with primer paints used. Provide barrier coats over incompatible primers where required. C. When undercoats, stains or other conditions show through final paint coat, apply additional coats until paint film is of uniform color and sheen. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-7 PAINTING Page 7 of 9 D. Finish the insides of wood cabinets, including backs of cabinet doors, as scheduled for the fronts and ends. E. Between coats, sand enamel and lacquer finish on wood and metal surfaces to produce a smooth, even finish. Use #220 grit sandpaper or finer. F. Tint priming coats and undercoats to approximate shade of final coat to assure uniformity of color in the finish. Touch up suction spots and "hot spots" before applying the last coat to produce an even result in the finish coat. G. Exposed ductwork, piping and conduit in finished, occupied areas shall be painted the same color as the wall or ceiling against which it is installed, unless otherwise noted. H. Apply the finish coat on gypsum board, plaster and concrete surfaces with rollers. I. On concrete masonry unit wall surfaces without a block filler, apply the first coat of paint with a spray gun. J. Do not paint moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor and fan shafts. K. Do not paint over code -required labels such as Underwriter's Laboratories and Factory Mutual, or equipment identification, performance rating, name or nomenclature plates. 3.5 RESTORATION A. Reinstall the items removed under the provisions of paragraph above. 3.6 RE -PAINTING A. Locations and Extent 1. The re -painting of existing surfaces shall be as follows a. Painted wall, door and frame surfaces which have been reworked, cut into or patched, whether specifically designated on the drawings or not. Re -painting shall include all openings in existing walls. b. Entire rooms/areas, as designated on the drawings. B. Colors 1. Match existing colors of corresponding surfaces except where new colors are scheduled. C. Preparation 1. Clean surfaces to remove dust and dirt. Remove oil, grease, was and other contaminants which would inhibit paint bond. At ceiling grid to be re -painted, remove grease or oil with paint thinner. 2. Remove rust and loose and flaking paint by scraping and sanding. 3. Sand hard, glossy painted surfaces and ceiling grid to be painted, until dull or treat with surface conditioner to promote adhesion of new coat of paint. 4. Prime bare areas with suitable primer in conformance with the above paint schedule for new work. D. Painting 1. Generally, apply one coat of finish paint over old and new surfaces, using the same materials scheduled in the above paint schedule for like new surfaces. E. Verification WESTSIDE IV —1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099100-8 PAINTING Page 8 of 9 1. Verify the extent of re -painting work at the building and make due allowance for cutting and patching required for installation of mechanical and electrical work. 3.7 SITE QUALITY CONTROL A. Products listed in following schedule and/or substitutes proposed for use by Contractor must be formulated to meet all applicable ordinances and regulations regarding maximum V.O.C. content. Utilize products which have been specially formulated to meet such requirements. B. Environmental Requirements 1. Maintain the temperature inside the building at not less than 60° F during painting and finishing. C. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 65° F for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. D. Minimum application temperatures for latex paints 1. 45° F for interiors; 50° F for exterior; unless required otherwise by manufacturer's instructions. E. Minimum application temperature for varnish and finishes 1. 65° F for interior or exterior, unless required otherwise by manufacturer's instructions. F. Provide lighting level of 80 ft.-candles measured mid -height at substrate surface. G. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces; unless otherwise permitted by the paint manufacturer's printed instructions. Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified during application and drying periods of 24 hours between coats and 72 hours after final coat. H. Protection 1. provide sufficient drop cloths to fully protect adjacent finished work. 3.8 SYSTEM STARTUP [NOT USED] 3.9 TOUCH UP A. On completion, carefully touch up all holidays, marred and damaged spots, and work over all surfaces that have been repaired by other trades. 3.10 CLEANING A. Remove spilled, splashed and splattered paint from all surfaces. Do not mar surface finish of item being cleaned. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 099100-9 PAINTING Page 9 of 9 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-1 STEEL WATER STORAGE TANK PAINTING Page 1 of 15 SECTION 09 97 14 STEEL WATER STORAGE TANK PAINTING PART 1- GENERAL 1.1 SUMMARY A. Section Includes 1. This item will consist of repair and preparation of surfaces to be painted, application of complete interior paint system and exterior paint and overcoat paint systems, paint system materials and disinfection of surfaces which contact potable water. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Steel Structures Painting Council's Steel Structures Painting Manual and Specifications contained within shall be referred to as SSPC. 2. American Water Works Association Standards shall be referred to as AWWA. 3. American Society for The Testing of Materials standards and specifications shall be referred to as ASTM. 4. U.S. Environmental Protection Agency shall be referred to as EPA. 5. National Association of Corrosion Engineers shall be referred to as NACE. 6. American National Standards Institute Standards shall be referred to as ANSI standards. 7. Code of Federal Regulations shall be designated as CFR. 8. Texas Administrative Code shall be designated as TAC. B. Definitions 1. Interior surfaces a. Include the underside of the roof plate, girders, rafters, columns, pipes, floor, appurtenances (including ladders), wall, inner surface, and the tank overflow and influent structures. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-2 STEEL WATER STORAGE TANK PAINTING Page 2 of 15 2. Exterior surfaces a. Include the outside of the tank, and appurtenances (including ladders). C. 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. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 3. American Society for Testing and Materials (ASTM): a. ASTM D 4417 - Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel 4. American Water Works Association Standards (AWWA) a. AWWA D107 — Composite Elevated Tanks for Water Storage b. AWWA C652 — Disinfection of Water Storage Facilities 5. Texas Administrative Code 6. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting. 7. NPCA (National Paint and Coatings Association) Guide to U.S. Government Paint Specifications. 8. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. 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 manufacture or delivery. C. Environmental Controls 1. The CONTRACTOR shall submit to the ENGINEER a written plan describing environmental humidity and temperature climate controls for the tank interior. . Submittal shall include equipment type, size, and power requirements. This submittal shall be for informational purposes only. Review of this submittal shall not constitute approval of the proposed method nor place any responsibility for the same upon the Engineer. D. Shrouding 1. Contractors shall submit to the engineer a written plan describing the type and performance of the proposed shrouding method. Performance data shall include time required to raise and lower shroud and containment efficiency. This submittal shall be for informational purposes only. Review of this submittal shall not constitute approval of the proposed method nor place any responsibility for the same upon the Engineer. An engineer licensed in the state of Texas must seal the shrouding plan. E. Blast Cleaning 1. Contractor shall submit to the Engineer a written plan describing the materials and methods proposed for use in blast cleaning. A separate submittal shall be made for each method proposed. WESTS1DE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-3 STEEL WATER STORAGE TANK PAINTING Page 3 of 15 F. Paint 1. Contractor shall submit to the Engineer the manufacturer's technical information including paint label analysis and application instructions for each material to be used. In addition, Contractor shall submit color samples for review of color and texture. All paint, primers and paint thinners, including primer for shop primed components, shall be from the same approved manufacturer. G. Paint Substitutions 1. As part of the proof of equality, the Engineer may require at the cost of the Contractor certified reports from a nationally known reputable and independent testing laboratory conducting comparative tests as directed by the Engineer between the product specified and the requested substitution. Two comparative tests shall have been made within two years prior to award of contract. H. Welding Certification 1. Welding procedures and welding operators shall be qualified in accordance with AWWA D107. I. TCEQ Notification 1. Contractor shall satisfy the requirements as set forth in 30 TAC, Rule 111.135 prior to blasting. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. System Description 1. Surface Preparation a. Contractor will be required to prepare each tank for painting. Contractor shall prepare all surfaces for painting in accordance with the SSPC Steel Structures Painting Manual except as amended herein. The finished quality of the interior surface preparation within the tank shall conform to SSPC - SP 10, "Near White Blast Cleaning." The finished quality of the exterior surfaces shall conform to SSPC-SP 6, "Commercial Blast Cleaning". All surfaces other than those inside the tank bowl shall be considered exterior surfaces. 2. All paint shall conform to current state and federal regulations applicable to Volatile Organic Compounds (VOC's). 3. The Contractor shall control emissions from abrasive blasting in accordance with 30 TAC, Rule 111.135 or Rule 111.137. B. Environmental Control Conditions 1. Exterior Coatings a. All coating systems shall be applied with strict compliance to the manufacturer's recommendations. A manufacturer's representative shall be made available for interpretation of application requirements. The manufacturer's representative shall visit the job site weekly to verify proper application. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-4 STEEL WATER STORAGE TANK PAINTING Page 4 of 15 2. No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 degrees Fahrenheit. No paint shall be applied when it can be anticipated that the temperature will drop below 40 degrees Fahrenheit within 18 hours after the application of the paint. No paint shall be applied when the temperature of the surface is below 50 degrees Fahrenheit or within 5 degrees Fahrenheit of the dew point, whichever is greater. Paint shall not be applied to wet or damp surfaces, and shall not be applied in rain, snow, fog or mist, or when the relative humidity exceeds 85 percent. Dew or moisture condensation should be anticipated, and, if such conditions are prevalent, painting shall be delayed until surfaces are dry. Paint shall not be applied to surfaces that are hot enough to cause blistering or pin -holing of the film. 3. If the paint manufacturer's requirements are more stringent, the Contractor shall follow them instead. 4. During periods of inclement weather or to achieve the conditions stated above, painting may be continued by enclosing the surface with temporary shelters and providing dehumidification equipment. C. Special Coating Application Certification Requirements 1. Applicator is required to be QP1 Certified or NICAPP AS-1 Certified. a. Only applicable to the Alternate Bid 1 Polyurethane Interior Coating System. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All materials shall be brought to the job site in the original sealed and labeled containers of the paint manufacturer, and shall be subject to inspection by the Inspector or Engineer on the job. B. Storage and Handling Requirements 1. Paint shall be stored in a secured area in compliance with paint manufacturer's recommendation. 2. The Contractor shall use one convenient location for keeping all materials and doing all mixing, etc. Oily rags and waste shall be frequently removed, and under no circumstances shall they be allowed to accumulate. C. Packaging Waste Management 1. All empty paint containers shall remain on the job site until such time as painting is complete and shall be subject to inspection by the Engineer on the job. Storage and disposal of empty paint containers must comply with TCEQ regulations. 1.11 FIELD CONDITIONS (NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. A paint manufacturer's representative shall be made available for an inspection annually for two years from the date of final acceptance of the project by the Owner at no cost to the Owner. The maintenance and/or warranty period stipulated within the contract documents shall remain in force. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-5 STEEL WATER STORAGE TANK PAINTING Page 5 of 15 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 PRODUCTS A. Manufacturers 1. Manufacturer List a. All materials used for both interior and exterior coating systems shall be from one manufacturer. 1) Sherwin Williams 2) Tnemec 3) Carboline 2. Substitution Limitations a. Materials specified are those that have been evaluated for the specific service and establish a standard of quality. Equivalent materials of other manufacturers may be submitted on written approval of the Engineer. Refer to Part 1.5.G for other requirements. b. Requests for substitution shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service. B. Performance / Design Criteria 1. Tank Interior Coating System a. Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178 and herein. b. Surface Preparation: SSPC-SP10 Near -White Metal Blast Cleaning. Anchor profile shall meet the paint manufacturer's recommendations as per ASTM D 4417, Method C or NACE Standard SP0287. c. Coating System: 1) Interior Coatings must be certified ANSI/NSF Std. 61/600 approved for potable water storage. The First Coat of primer may be shop applied. 2) Alternate Bid 1 (Polyurethane Interior Coating System): a) Sherwin Williams (1) Stripe Coat (a) Dura-Plate UHS Primer, 15-20 mils dry film thickness (2) Final Coat (a) Poly -Cote 115 Elastomeric Polyurethane, 25-30 mils dry film thickness b) Tnemec (1) Stripe Coat (a) Elasto-Shield Series 406, Polyurethane Hybrid, 15-20 mils dry film thickness (2) Final Coat (a) Elasto-Shield Series 406, Polyurethane Hybrid, 25-30 mils dry film thickness WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-6 STEEL WATER STORAGE TANK PAINTING Page 6 of 15 c) Carboline (1) Stripe Coat (a) Reactamine 760 Series, HB Polyurethane Hybrid, 15-20 mils dry film thickness (2) Final Coat (a) Reactamine 760 Series, HB Polyurethane Hybrid, 25-30 mils dry film thickness 3) Alternate Bid 2 (Epoxy Interior Coating System): a) Sherwin Williams (1) First Coat/Shop Prime Coat (a) Corothane I Galvpac Two Zinc Primer, 3-4 mils dry film thickness (2) Stripe Coat (a) Corothane I Galvpac Two Zinc Primer applied by brush to all weld seams, edges, corners, bolts, nuts and other difficult to coat areas, 3-4 mils dry film thickness (3) Second Coat (a) Dura-Plate UHS Ultra High Solids Epoxy, 20-30 mils dry film thickness b) Tnemec (1) First Coat/Shop Prime Coat (a) Series 94 H2O Hydro -Zinc, 2.5-3.5 mils dry film thickness (2) Stripe Coat (a) Series N 140-1255 Pota-Pox applied by brush to all weld seams, edges, corners, bolts, nuts and other difficult to coat areas. 2.5-3.5 mils dry film thickness (3) Second Coat (a) Series 22-WH11 Off -White Epoxoline, 20-30 mils dry film thickness c) Carboline (1) First Coat/Shop Prime Coat (a) Carbozinc 8703, 2-3 mils dry film thickness (2) Stripe Coat (a) Carboguard 635 applied by brush to all weld seams, edges, corners, bolts, nuts and other difficult to coat areas 3-4 mils dry film thickness (3) Second Coat (a) Phenoline Tank Shield, 20-30 mils dry film thickness d. Stripe Coat 1) After applying the first coat and prior to applying the second coat, all weld seams must be brushed with a coat or primer. The primer shall be of the same series and manufacturer used for the first coat; however, the color shall be in contrast with the first coat. If contrasting color is not available, an epoxy stripe coating may be submitted for review as a substitution. Thin the primer and apply according to the manufacturer's recommendations. 2. Tank Exterior Coating Systems a. Surface Preparation Prior to Abrasive Blast Cleaning 1) Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D, and herein. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-7 STEEL WATER STORAGE TANK PAINTING Page 7 of 15 b. Surface Preparation 1) SSPC-SP6 Commercial Blast Cleaning. Angular profile shall meet the paint manufacturer's recommendations per ASTM D 4417, Method C or NACE Standard RP0287. An angular anchor profile of 2.0 to 3.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. Any pre - construction primers other than the specified primer shall be completely removed. c. Coating System 1) Colors are to be selected by the owner. 2) The First Coat of primer may be shop applied. 3) Sherwin Williams a) First Coat/Shop PrimeCoat (1) Corothane I Galvpac Two Zinc Primer, 3.0-4.0 mils dry film thickness b) Stripe Coat (1) Corothane I Galvpac Two Zinc Primer, 3.0-4.0 mils dry film thickness c) Second Coat (1) Acrolon 218 HS, 2.0-3.0 mils dry film thickness d) Third Coat (1) FluoroKem — Fluoropolymer Urethane, 2.0-3.0 mils dry film thickness e) Logo (1) FluoroKem — Fluoropolymer Urethane, 2.0-3.0 mils dry film thickness 4) Tnemec a) First Coat/Shop Prime Coat (1) Series 94 H2O Hydro -Zinc, 2.5-3.5 mils dry film thickness b) Stripe Coat (1) Series 94 H2O Hydro -Zinc, 2.5-3.5 mils dry film thickness c) Second Coat (1) Series 73 Endura-Shield applied at 2.0-3.0 mils dry film thickness d) Third Coat (1) Series 700 HydroFlon, 2.0-3.0 mils dry film thickness e) Logo (1) Series 700 Hydroflon, 2.0-3.0 mils dry film thickness 5) Carboline a) First Coat/Shop Prime Coat (1) Carbozinc 859 Epoxy Zinc Rich, 3-5 mils dry film thickness b) Stripe Coat (1) Carboguard 60, or Carbozinc 859, 3-4 mils dry film thickness c) Second Coat (1) Carbothane 133 HB Urethane, 3-5 mils dry film thickness d) Third Coat (1) Carboxane 950 VOC Fluorourethane, 2-3 mils dry film thickness e) Logo Carboxane 950 VOC Fluorourethane, 2-3 mils dry film thickness d. Stripe Coat WESTS1DE IV —1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-8 STEEL WATER STORAGE TANK PAINTING Page 8 of 15 1) After applying the first coat and prior to applying the second coat, all weld seams must be brushed with a coat or primer. The primer shall be of the same series and manufacturer used for the first coat; however, the color shall be in contrast with the first coat. If contrasting color is not available, an epoxy stripe coating may be submitted for review as a substitution. Thin the primer and apply according to the manufacturer's recommendations. e. Epoxy Seam Sealants 1) Sherwin Williams Steel -Seam FT 910 2) Tnemec 63-1500. 3) Carboline Carboguard 501 C. Materials 1. Blast Cleaning Abrasives a. Blasting shall be done with an abrasive material of non -silica composition. This abrasive material shall be clean, dry, and free of clay particles and other extraneous matter and shall include a dust emission reducer, "Dustnet" or approved equal. The Owner's representative must approve the abrasive material before blasting is begun. b. Compressed Air used for blasting shall be free of detrimental amounts of water and oil. Adequate traps and separators shall be provided at the compressor. c. If wet abrasive blasting is used, a Rust Inhibitor compatible with the coating systems shall be included in water for wet blasting. 2.3 ACCESSORIES A. Equipment 1. Agitator a. The Contractor shall provide a suitable mechanical agitator and shall agitate all paint until proper dispersion of materials is secured. All paint ingredients shall be in a satisfactory dispersed condition at the time of application. Use equipment that conforms to the paint manufacturer's requirements. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Material Preparation 1. Mix and thin materials according to manufacturer's latest printed instructions. 2. Do not use materials beyond manufacturer's recommended shelf life. 3. Do not use mixed materials beyond manufacturer's recommended pot life. B. Surface Preparation WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-9 STEEL WATER STORAGE TANK PAINTING Page 9 of 15 1. All surfaces shall be prepared in accordance with the paint manufacturer's recommendations and as a minimum shall be cleaned free of all old paint, rust, corrosion, mill scale, oil and grease. During the cleaning or other operations inside the structure, all interior controls, floats, cathodic wiring, etc., to remain must be removed, and a cover shall be provided over the entrance of all pipes to prevent foreign matter from entering the pipes. 2. After the surfaces have been cleaned to the specified SSPC standard, they shall be inspected by the Owner for any required structural repairs, and these areas shall be so marked as to enable repairs to be made. Such repairs will include, but are not limited to, leaks at riveted or welded seams, the interior ladder and controls. Such places shall include, but not limited to, the structural roof supports, and bolt connections. Epoxy seal sealer shall be used to seal all cracks and crevices which are not 100% sealed against moisture intrusion. 3. Spot Cleaning a. All rust, peeled or cracked paint, overspray, runs, sags and non -adherent paint shall be removed. All exposed edges of the remaining paint shall be feathered, and spot cleaning shall be conducted in a manner to minimize damage to sound material. All foreign matter shall be removed from seams, pickets, joints and the bottom of the columns and plates. 4. In the case of new construction, the Contractor has the following option: the surface preparation may be done by acid treatment, and primer immediately following, or the surface preparation may be done by blast cleaning and primer immediately following. The cleaning and priming shall be done in the shop. All paint, primers and paint thinners, including primer for shop primed components, shall be from the same approved manufacturer. 5. All surfaces to be painted shall receive a final brush blast immediately before applying the initial coating. The time limit between final blasting and initial coating shall be in accordance with the manufacturer's recommendations, and in no case shall this time period exceed two hours. C. Dehumidification 1. Dehumidification equipment shall be used to control the environment in the reservoir wet area and roof 24 hours a day during blast cleaning, coating application and coating cure. Approved automatic real-time monitoring equipment shall be provided and shall be used when no Contractor personnel are on site. 2. Desiccant dehumidifiers are required and will be a solid desiccant design having a single rotary desiccant wheel capable of fully automatic continuous operation. No liquid, granular, or loose lithium chloride drying systems will be accepted. The desiccant wheel shall be made of a fire -retardant material tested to ASTM standard E 84-90. Air conditioning units may be used only if in combination with Desiccant units to control temperature. 3. The CONTRACTOR shall furnish all labor, materials, equipment, fabrication and quality control inspections, and all other incidentals required to control and maintain the environment of the reservoir within the parameters stated in this specification and shall incorporate these and any other expenses into his bid. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 09 97 14 - 10 STEEL WATER STORAGE TANK PAINTING Page 10 of 15 4. The OWNER reserves the rights, in the event the dehumidification equipment is not performing to the minimum requirements stated in this specification, to require the CONTRACTOR to modify and or add additional equipment to satisfy the conditions of this specification, at the sole cost to the CONTRACTOR. It is the CONTRACTOR'S responsibility to provide adequate dehumidification equipment to meet this specification and Coating Manufacturer's requirements. 5. Coating Manufacturer's minimum limits of surface temperature, interior reservoir air temperature and relative humidity requirements shall govern if more stringent than the requirements stated within this Specification: SURFACE TEMPERATURE: a. Abrasive cleaning operations: 1) Dew point- minimum of 17 degrees below the surface temperature of the reservoir interior. b. Paint operations: 1) Surface temperatures shall be maintained at a minimum of 40° F or the published Coating Manufacturer's recommendations. Coating Manufacturer's recommendations shall govern if minimum temperature required is greater than 40° F. The maximum air and surface temperature shall not exceed the published recommendation of the Coating Manufacturer. 2) Dew point- minimum of 17 degrees below the surface temperature of the reservoir interior. c. Paint curing: 1) Dew point- minimum of 10 degrees below the surface temperature of the reservoir interior. RELATIVE HUMIDITY: a. Abrasive cleaning operations: 1) The relative humidity of the reservoir inside ambient air shall not exceed 55% RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). 2) The reservoir inside ambient air shall be maintained, as stated in the preceding paragraph, until the abrasive cleaning operations have been completed and coating operations have covered all bare substrates. b. Paint operations: 1) During coating operations the relative humidity of the reservoir inside ambient air shall not exceed 55% RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). c. Paint curing: 1) During coating curing the relative humidity of the reservoir inside ambient air shall not exceed 75% RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). AIR CHANGE: WESTS1DE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-11 STEEL WATER STORAGE TANK PAINTING Page 11 of 15 a. Abrasive cleaning and Paint operations: 1) The equipment shall be sized so that it is capable of changing the volume of the air inside the entire reservoir a minimum of one (1) time per hour during abrasive blasting and coating operations. b. Paint curing: 1) During coating curing and when no coatings are being applied inside the reservoir the equipment shall be sized so that it is capable of changing the volume of the air inside the entire reservoir a minimum of one (1) time per hour. AIR DISTRIBUTION: a. The process air shall be distributed so as to be able to contact the entire reservoir interior. If necessary, special equipment shall be provided to achieve this requirement. b. To prevent the introduction and distribution of moisture into the controlled environment during the abrasive cleaning operation, air compressors shall be operated with after coolers or deliquescent dryers for moisture removal. c. Air filtration/dust collectors shall be used in conjunction with the dehumidification equipment during blasting operations. Power: d. All desiccant dehumidification units shall be propane powered. However, if sufficient electrical power is available, electrical power may be used. Use of air conditioning to achieve dehumidification is not acceptable. D. Containment 1. Containment a. Control emissions from abrasive blasting in accordance with 30 TAC, Rules 111.135 or Rule 111.137. b. Ensure that no spent cleaning blasting debris, dust, overspray, coating droplets, or emissions of any kind escape to the atmosphere, the base of the tank, or adjacent building, private property, worksites and parking lots. 3.4 APPLICATION A. The Contractor and all workers employed by Contractor shall conduct all operations in a clean and sanitary manner and in conformance with all aspects of the General Conditions. Contractor shall at all times provide dust and overspray controls for blasting and painting operations. B. Ventilation 1. The Contractor must provide adequate reverse chimney effect forced air ventilation while painting or coating the interior surfaces of a tank. The ventilation shall be adequate to remove fumes, prevent the possibility of an accumulation of volatile gases, protect workers and prevent damage to the tank. The Contractor shall be held financially responsible for all damage to the tank caused by inadequate ventilation. C. Mixing WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-12 STEEL WATER STORAGE TANK PAINTING Page 12 of 15 1. Splitting paint kits and mixing of partial kits is not allowed. Mix only whole kits and discard any leftover paint. Mixing of all coatings must be performed in strict compliance with the manufacturer's recommendations. D. General Application 1. All paint and finishing materials shall be applied by skilled workmen and shall be brushed or sprayed in even, thorough coats without runs, crazing, sags or other blemishes. All coats, regardless of material, shall be thoroughly dry before applying succeeding coats. Full drying time as recommended by the manufacturer of the particular paint involved shall be allowed between coats. All products shall be applied in strict accordance with the manufacturer's recommendations included DFT, curing time, etc. Painting systems shall be applied by one or more of the following described methods. However, spray application will not be permitted for exterior surfaces unless the Contractor contains overspray by a method acceptable to the Engineer. Application equipment shall be in conformance with the manufacturer's recommendations for each coating. E. Brush Application 1. Only top quality hog hair or synthetic bristle brushes shall be used. All paint shall be applied so as to form a uniform film of a thickness which is consistent with the specified coverage for the paint being used. Sufficient cross brushing shall be used to insure filling of all surface irregularities and complete coverage. Particular care shall be used in painting comers and other restricted places to obtain uniform application. All final brushing strokes shall be made in the same direction and toward the previously applied paint. F. Roller Application 1. Rollers used for applying coatings shall be of the highest quality and must be kept as clean as possible at all times. Any coating rolled on must form a uniform film and must give the same end results as a brushed on coat. Rolling shall be supplemented by brushing in areas where rolling could not give complete coverage, such as corners, edges, welds, crevices, bolts, rivets or other irregular surfaces. G. Spray Application 1. When paint is applied by spraying, the air gun used shall be adjustable for regulation of the air and paint mixture. The equipment shall have a suitable water trap to remove moisture present in the compressed air. Paint pots shall be equipped with a hand agitator to keep the paint well mixed. All equipment shall be thoroughly cleaned at the end of each day's work. The width of the spray shall be not less than twelve (12) inches, or more than eighteen (18) inches. The pressure shall be suitable for type of paint used. Frequent checks shall be made to ensure maintenance of correct spreading rate; care shall be taken to see that edges, corners, and bolt heads are completely covered, and that there has been no bridging over the film. Airless spray application is acceptable with prior approval of the Engineer. 3.5 REPAIR A. Seam Welding 1. All other corrosion shall be repaired and all seams rewelded as necessary to prevent future leaks and to protect the integrity of the coating system. B. Surface Grinding WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714-13 STEEL WATER STORAGE TANK PAINTING Page 13 of 15 1. The Contractor shall grind and round all sharp edges created as a result of structural repairs or other work related to this contract. C. Weld Grinding 1. All welds shall be continuous, ground to a curve and free of porosity, pockets, high spots, rough projections and ripples to provide a coatable surface. All welds shall be blended smoothly into plate surface. All weld slag, spatter and flux shall be removed. Grinding of welds shall comply with designation "D" of NACE Standard SP0178. D. Weld Spatter 1. All areas containing existing weld flux and spatter shall be ground down providing a smooth coatable surface. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. All work and materials supplied under this specification shall be subject to inspection by the Owner or its representative. All parts of the work shall be accessible to the inspector. The Contractor shall correct such work or replace such material if found defective. Such inspection will not relieve the Contractor of the responsibility of furnishing qualified labor and materials in strict accordance with the specifications. B. Threshold Inspections 1. At certain stages in the project the Contractor will not be allowed to proceed until a thorough inspection has been performed by the Owner's representative and the Owner's representative has approved the work up to that point. The following threshold inspections will be required: a. Surface Preparation and Repair Completion 1) After all repairs have been made and surfaces prepared in accordance with these specifications and the coating manufacturer's instructions. The project site or area to be painted (interior or exterior of tank) shall be cleaned and ready for coating operations to begin. b. Completion of Each Coat 1) After each prime coat application and touch up; when the tank is ready to receive the following coat. All shop applied primer must be inspected by the Owner's Representative prior to transportation from the place of manufacture. If the place of manufacture is a distance greater than 100 miles from the City of Fort Worth, the Contractor shall be responsible for the cost of transportation and lodging for the Owner's Representative associated with inspection of the prime coat. c. Substantial Completion 1) When all work and cleanup is completed and prior to contractor moving equipment and work force off the job. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714- 14 STEEL WATER STORAGE TANK PAINTING Page 14 of 15 2. The Contractor will notify the Owner 48 hours in advance of needing threshold inspection. Prior to scheduling the inspection, the Contractor shall have sufficiently reviewed his work and believe it to be ready for threshold inspection. The cost of additional threshold inspections required because work was not approved at the original threshold inspection will be borne by the Contractor. The threshold inspections will not relieve the Contractor of his responsibility to furnish qualified labor and materials in accordance with the specifications. C. Quality Control Log 1. The Contractor shall maintain a quality control program to include a daily log and ,at a minimum, the following quality control checks: a. Compressed air blotter test performed at start of day and every four hours. b. Surface preparation visual checks using SSPC VIS 1-89. c. Surface profile checks periodically using Testex Replica Tape. d. Wet film thickness, periodically as coating is applied using an approved gauge. e. Dry film thickness, daily and periodically as coating dries, using an Elcometer Thickness gauge or equal. f. Holidays, daily and periodically as needed using an approved low voltage holiday detector. g. Environmental condition, minimum of twice daily, once prior to beginning work and again every four hours during painting operations: 1) Ambient temperature. 2) Dew point and relative humidity using a sling Psychrometer and U.S. Weather Bureau Psychometric Charts. 3) Steel surface temperatures on at least two opposite sides of tank using surface sensing thermometers. 4) Wind speed and direction. 2. The Contractor's daily log shall be kept on site at all times and be made available for review by the Owner or Owner's representative on demand. A copy of the daily log shall be faxed to the project inspector at the end of each day work is performed. The daily log shall include as a minimum the following information: a. Date. b. Name of Contractor. c. Project Name. d. Person's Name who Makes Log Entry. e. Specific Progress 1) Areas of tank blasted 2) Repairs made including location 3) Coatings applied and location 4) Touch Up work and location f. Environmental conditions as listed in Paragraph 3.7.C.1.g, and the time readings were taken. g. Locations and results of all quality control checks. h. Product manufacturer and batch numbers of coatings used that day. i. Problems encountered and action taken as a result. D. Field Tests and Inspections 1. Testing Equipment a. The Contractor shall furnish an approved type dry mil gauge apparatus to measure the dry film thickness. The Elcometer Thickness Gauge or equal shall be furnished to the Owner for his use. The Contractor shall also furnish to the WESTS1DE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 099714 -15 STEEL WATER STORAGE TANK PAINTING Page 15 of 15 Owner, for his use, holiday detector devices. Holiday detector devices shall be approved low -voltage type. All of the above inspection gauges shall be furnished and on the job before the Owner will permit painting operations to proceed and shall remain on the job until its completion and acceptance. The Contractor or his representative shall instruct the Owner on the proper use, care and calibration of all such gauges. The above -required testing gauges and calibration materials shall be furnished to Owner and are returnable to the Contractor upon completion of the job. The cost of furnishing all of the above required gauges to the Owner for his use shall be subsidiary to this bid item. 2. Bacteriological Testing a. Following disinfection, the tank shall be filled and sampled by the Contractor for bacteriological testing, prior to being put into service. The testing shall be as described in AWWA Specification C652, Section 4.4 - Bacteriological Sampling and Testing. Results of the test shall be reviewed by the Engineer. Final decision upon the suitability of the disinfection procedure shall rest with the Engineer. Should repeat of the disinfection procedure be required, additional cost of disinfection, testing and water to fill the tank shall be borne by the contractor at no additional cost to the Owner. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Cleanup 1. At the completion of the work, the Contractor shall clean off all paint spots, oil and stains from surfaces and leave the entire project in a satisfactory condition. Special attention shall be given to the tank foundation in that it shall be protected at all times from paint splatter. Any overlapping of the paint onto the concrete shall be cleaned by grinding or other methods as approved by the Engineer. B. Disinfection 1. Prior to placing the tank in service, the structure shall be thoroughly disinfected by spray application of a chlorine and water solution as described in the most current version of AWWA Specification C652, Section 4.2 - Chlorination Method 2. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 221010-1 PLUMBING Page 1 of 7 SECTION 22 10 10 PLUMBING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Include the following: a. Domestic cold water piping. b. Waste, drain, and vent piping. c. Miscellaneous devices and equipment. 2. On -site: Make connections to the on -site utilities listed below. a. Water B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms B. Definitions C. 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. National Electric Code - NFPA 70 3. Underwriter's Laboratories, Inc. Standards 4. International Plumbing Code 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 manufacture or delivery. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 22 10 10-2 PLUMBING Page 2 of 7 C. Submit list of and Product Data for products incorporated into the Work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1, Include manufacturer's instructions for each product with submittal. B. Shop Drawings 1. Sump Pumps 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. 2. Installers a. Qualified with at least 5 years of successful installation experience on projects with Work similar to that required for this project. 1.10 DELIVERY, S1'ORAGE, AND HANDLING [NOT' USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 PRODUCTS A. Domestic Water System 1. Lead -Free Products a. Provide materials, products, and fabrications that comply with Environmental Protection Agency (EPA) requirements and recommendations regarding lead content and contribution of lead to potable water, that have no lead or lead alloys in contact with potable water, and that do not contribute to or cause lead in potable water. b. Solder 1) Lead free, AST.M B32 95-5 tin -antimony or Grade Sn96 tin -silver solder. c. Flux 1) Containing not more than 0.2 percent lead, meeting NSF 61. 2. Piping, Interior to 5' Outside a. Copper 1) Straight water tube, K or L, ASTM B88 or B543. 2) Wrought copper and bronze solder joint pressure fittings, ANSI B16.22. b. Where Indicated on Drawings to be Below, in, or Through Slab -On -Grade WESTSIDE 1V —1.5 MG EST CITY PROJECT No, 103292-1 Project Date: March 2023 22 10 10 -3 PLUMBING Page 3 of 7 1) Copper, coiled water tube, K or L, ASTM B88. 2) Wrought copper and bronze solder -joint pressure fittings, ANSI B 16.22. 3) Pipe 1.5" or Smaller, in or Under Slabs -on -Fill: Continuous, without joints or fittings. 4) Pipe 2" or Larger, in or Under Slabs -on -Fill: Brazed joints. 3. Hose Connections a. General 1) Provide hose connections with ANSI-ASSE 1011 hose connection vacuum breaker b. Acceptable Manufacturers 1) Jonespec, Josam, Smith, Wade, Zurn c. FPWH (Wall non -freeze, lockable) 1) Non -freeze, vacuum breaker, 3/4" hose bib, 3/4" supply connection, hinged locking cover, bronze box and cover; Smith 5509, Josam 71000. 4. Back Flow Preventer (BFP) a. BFP Back -Pressure Relief, High Hazard: Reduced pressure principle with check valve assembly with intermediate relief valve for high hazard cross connections; ASSE No. 1013, AWWA C506, two isolating ball valves, built-in strainer, ball valve test cocks, suitable for horizontal or vertical installation as indicated on the Drawings; Watts No. 909 series. B. Drainage Products 1. Acceptable manufacturers a. Jonespec, Josam, Smith, Wade, Zurn. 2. Cleanouts: ANSI A112.36.2M a. FCO General Areas 1) Leveleze floor cleanout, galvanized cast iron body, spigot or no -hub connection with internal threaded bronze cleanout plug, adjustable ABS housing having a secured scoriated satin nikaloy cover and round top; Josam 56010-22-31 b. DGCO (Double grade cleanouts) 1) Cast iron clean -out, double flanged housing, scoriated cast iron cover with lifting device, gasket sealed bronze plug, vandal proof screws, set in 18" square by 5-1/2" thick cast -in -place concrete block, set flush with finished grade, see detail on drawings; Josam 58860. 3. Floor Drains: ANSI A 112.21.1 M a. Provide with two-piece body, flashing collars with seepage openings, auxiliary inlet tap for trap primer when indicated, deep -seal P-trap; size indicated on the Drawings. b. Floor Drain Schedule 1) FD1 Floor Drain: Type "A" adjustable strainer top, buff -polished nickel - bronze alloy top, galvanized cast iron parts, vandal -proof and secured; Josam 30000-6A-17-92. 4. Indirect Drain Fittings (Open sight) a. AG1 Air Gap: 1/4" to 1" inlet, 3/4" to 1-1/2" outlet, galvanized cast iron, air gap minimum of times the inlet diameter or 1", whichever is greater; Josam 88900-40. C. Drain, Waste, And Vent (DWV, within building to 5 feet outside) 1. Below Grade or Below Slab on Carton Form: Use one of the following. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 221010-4 PLUMBING Page 4 of 7 a. Extra heavy hub and spigot, ASTM A74; rubber gaskets, ASTM C564. b. Service or extra heavy hub -and -spigot ASTM A74; rubber gaskets, ASTM C564. c. Copper Drainage Tube (DWV) pipe ASTM B306; fittings, cast bronze solder - joint, ANSI B16.23 or wrought copper and wrought copper alloy solder joint, ANSI B16.29; solder, ASTM-70, 50A. d. Schedule 40 polyvinyl chloride (PVC) pipe and fittings, ASTM D2665; solvent cement ASTM D2564. 2. Above Grade: Use one of the following. a. No hub, Cast Iron Soil Pipe Institute Standard 301, ANSI Group 022, for pipe, fittings, and gaskets. b. Extra heavy hub and spigot, ASTM A74; rubber gaskets, ASTM C564. c. Service or extra heavy hub -and -spigot ASTM A74; rubber gaskets, ASTM C564. d. Copper Drainage Tube (DWV) pipe ASTM B306; fittings, cast bronze solder - joint, ANSI B16.23 or wrought copper and wrought copper alloy solder joint, ANSI B 16.29; solder, ASTM-70, 50A. 3. Vent a. Any of the above. b. Steel, schedule 40 galvanized steel, ASTM A 120; cast-iron threaded drainage fittings, ANSI B16.12. 4. Drain (Indirect) a. Copper 1) Drainage tube (DWV) pipe ASTM B306; fittings, cast bronze solder joint, ANSI B 16.23 or wrought copper and wrought copper alloy solder joint, ANSI B 16.29; solder, ASTM-70, 50A. b. Steel 1) Galvanized, Schedule 40, ASTM A120; galvanized malleable iron screwed fittings, 150 lbs., ANSI B16.4. D. SUMP PUMP 1. Sump pump shall be Hydromatic SW33 submersible pump or equal, as approved by the Owner. 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. Complete structural, mechanical, and electrical connections in accordance with manufacturer's installation instructions and with the Drawings. Fasten each item of equipment and piping securely to the building structure. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 221010-5 PLUMBING Page 5 of 7 B. Do not fasten piping or conduit to any removable panel on equipment. C. Install equipment and associated piping and other connections in a manner to prevent conduction of sound to the framing and structural elements of the building. D. Provide necessary material and labor to connect to the plumbing systems indicated fixtures and equipment having plumbing connections. E. Provide necessary material and labor to connect to the plumbing systems indicated fixtures and equipment having plumbing connections and which are to be furnished by the Owner or are specified in other sections of these documents. F. Provide fittings and appurtenances for complete, operating piping systems. G. Complete the start-up procedures recommended by the manufacturer. H. Joining to Existing Systems and Dissimilar Materials 1. General a. Provide appropriate adapters recommended by the manufacturers of the various materials; install as recommended by the manufacturers of the various materials. 2. Connections to Existing Piping a. Where new Work connects to existing systems, match the material of the existing system except as prohibited by the Local Authority or job conditions cause the material to be in non-compliance with manufacturer's requirements. 3. Point of Connection a. Determine horizontal and vertical location of connecting point before proceeding with the installation. b. Notify the Architect -Engineer before proceeding if there is discrepancy between indicated and determined location. 4. Slope of Drainage Systems a. Determine available slope between building systems and point of connection for discharge of building drain and of storm drain system. b. Notify the Architect -Engineer before proceeding if there is discrepancy between indicated and available slope. I. Excavation, Trenching, and Backfilling (All Buried piping) 1. Beneath Slabs a. Excavate carefully; do not destroy effect of capillary barrier, membrane, or special fills. J. Waste, Drain, Vent, and Sewer Piping 1. Slope a. Comply with Code requirements. 2. In Trench a. Excavate at point of origin and point of connection to existing system and at in - trench high point of the new system. b. Determine actual elevations of each. c. Set grade using laser equipment designed for that purpose or obtain services of registered public surveyor to set batter boards on maximum 20 foot spacing to establish grade of trench bottom for the actual elevations encountered. d. If the slope indicated on the Drawings cannot be obtained, notify the Architect - Engineer before proceeding with the remainder of the excavation. K. Roof and Deck Penetrations WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 221010-6 PLUMBING Page 6 of 7 1. Vent Pipes Through Roof (VTRs): a. Extend VTRs 12" above top of roof. b. Do not locate within code -prohibited distance of outside air intakes and operable windows. c. Offset VTRs in the attic so that they are minimum of 20 feet from outside air intakes. L. Floor Drains 1. Follow drain and membrane system manufacturer's requirements and recommendations for installation of drains in waterproofing membranes. 3.5 [REPAIR] / [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Piping Testing a. Water Piping 1) 100 psi hydrostatic pressure; four hours. b. Waste, Drain, and Vent Piping 1) Plug openings and fill with water to the topmost vent opening; 24 hours. 2. Lead Testing a. After final sterilization and flushing, test water at sink and other fixtures and fittings from which water for human consumption may be obtained for lead content. Submit report of test results in parts per billion (ppb). b. If lead content exceeds 20 ppb, flush system or implement other remedies or submit test results that indicate the ppb to be no higher than that of the water where the project water service joins to the existing water source. c. Put systems into operation. d. Test equipment performance. e. Adjust equipment for correct capacities. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Water System Sterilization 1. Initial Sterilization a. After completion of work on the water lines, thoroughly sterilize as prescribed by AWWA Standard C601 or as specified herein. b. After pressure tests have been made and before introducing the chlorinating material, thoroughly flush the lines to be sterilized with water until entrained dirt, oil, mud, and other pollutants are removed. c. Place the chlorinating material directly into the lines to be sterilized in an amount to provide a dosage of not less than 50 parts per million (ppm). d. Retain the treated water in the line for the longer of: time required to destroy non -spore -forming bacteria, or for 24 hours. e. Open and shut valves on the system being tested several times during the contact period. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 221010-7 PLUMBING Page 7 of 7 f. After acceptable sterilization, flush the system with potable water until the residual chlorine is reduced to less than 0.1 ppm. 2. Maintained Sterile Condition. a. Take several samples of water from several points in the system daily and test for bacterial contamination. b. Repeat sterilization and sampling until tests indicate absence of bacteria for at least two full days. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 26 00 10 ELECTRICAL GENERAL PROVISIONS Page 1 of 7 SECTION 26 00 10 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The General Conditions and Requirements, Special Provisions, are hereby made a part of this Section. B. The Electrical Drawings and Specifications under this Section shall be made a part of the Contract Documents. The Drawings and Specifications of other sections of this contract, as well as supplements issued thereto, information to bidders and pertinent documents issued by the Owner's Representative are a part of these Drawings and Specifications and shall be complied with in every respect. All the above documents will be on file at the office of the Owner's representative and shall be examined by all the bidders. Failure to examine all documents shall not relieve the responsibility or be used as a basis for additional compensation. C. Furnish all work, labor, tools, superintendence, material, equipment, and operations necessary to provide for a complete and workable electrical system as defined by the Contract Documents. A licensed journeyman shall be on site at all times while electrical work is being performed and a licensed master electrician shall be in charge of the work. Submit license for master electrician and all journeymen. D. Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met for installing the work and adjust bid accordingly. This project shall include electrical work as shown on the Location Map. E. It is the intent of the Contract Documents that upon completion of the electrical work, the entire system shall be in a finished, workable condition. F. All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be shown on the Drawings but not called for in the Specifications, shall be performed by the Contractor as if described in both. Should work be required which is not set forth in either document, but which work is nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as if it were specifically set forth in the Contract Documents. G. The definition of terms used throughout the Contract Documents shall be as specified by the following agencies: 1. Underwriters Laboratories 2. National Electrical Manufacturers Association 3. American National Standards Institute 4. Insulated Power Cable Engineers Association 5. National Electrical Code 6. National Fire Protection Association WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 00 10 ELECTRICAL GENERAL PROVISIONS Page 2 of 7 H. The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where) specified", or "as (or where) scheduled" shall be taken to mean that the reference is made to the Contract Documents, either on the Drawings or in the Specifications, or both documents. I. The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or facility is to be both furnished and installed under Division 16, unless stated to the contrary that the item or facility is to be either furnished under another Division or under another Contract, furnished under this Division and installed under another Division or under another Contract, or furnished and installed under another Division or under another Contract. 1.02 PERMITS AND CODES A. Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations and contract requirements bearing on the work. B. The minimum requirements of the electrical system installation shall conform to the latest edition of the National Electrical Code, as well as state and local codes. C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum requirements, but, if the Contract Documents indicate requirements which are in excess of those minimum requirements, then the requirements of the Contract Documents shall be followed. Should there be any conflicts between the Contract Documents and codes, or any ordinances, report these with bid. PART 2 PRODUCTS 2.01 STANDARDS A. All materials and equipment shall conform to the requirements of the Contract Documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: 1. Underwriters Laboratories (UL) 2. National Electrical Manufacturer's Association (NEMA) 3. American National Standards Association (ANSI) 4. Insulated Cable Engineers Association (ICEA) B. All material and equipment of the same class shall be supplied by the same manufacturer, unless specified to the contrary. C. All products shall bear UL labels where standards have been set for listing. All other products shall be UL labeled. Motor control centers, switchboards, and switchgear shall have UL labels. Custom panels, modified motor starters, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A or UL Industrial Control Panel label. D. When the Contractor provides a product for this project he shall be bound by the terms and conditions of the Contract Documents and he shall agree to warrant and to be liable for the WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 00 10 ELECTRICAL GENERAL PROVISIONS Page 3 of 7 merchantability and fitness of his product to the applications to which his product is applied under the Contract Documents. 2.02 SHOP DRAWINGS AND SUBMITTALS A. Shop drawings and submittals shall comply with general conditions and as specified herein. B. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules, weights, capacities, installation details and pertinent information that will be needed to describe the material or equipment in detail. C. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and manufacturer's name. D. Submit for review all shop drawings and submittals as hereinbefore called for. E. Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or equipment or proper dimensions, quantity, and quality, nor will such review remove the responsibility for error in the shop drawings or submittals. F. Failure to process submittals or shop drawings on any item and/or items specified shall make the Contractor responsible for the suitability for the item and/or items, even though the item and/or items installed appear to comply with the Contract Documents. G. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's Representative, and such procedures will not be cause for delay. H. Submittals and shop drawings shall be compiled from the manufacturer's latest product data. Should there be any conflicts between this data and the Contract Documents, report this information for each submittal and/or shop drawing. I. Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly marked, or if the General Contractor's approval stamp is omitted. J. When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and accepted, then that item of material or equipment installed on the job shall be equal to the sample; if it is found that the installed item is not equal, then replace all such items with the accepted sample equivalent. 2.03 ACCEPTANCE AND SUBSTITUTIONS A. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgment of equality of product substitution shall be made by the Engineer. B. Substitutions after award of Contract shall be made only within sixty (60) days after the notice to proceed. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 0010 ELECTRICAL GENERAL PROVISIONS Page 4 of 7 C. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Contract Documents. D. The details on the drawings and the requirements of the Specifications are based on the first listed material or equipment. If any other than the first listed material or equipment is furnished, then assume responsibility for the correct function, operation, and accommodation of the substituted item. In the event of misfits or changes in work required, either in this section or other sections of the Contract, or in both, bear all costs in connection with all changes arising out of the use of other than the first listed item specified. E. Substitutions of products under other sections may occur. Make necessary adjustments and additions to work under Division 26 to accommodate those substitutions. Such adjustments and additions shall be performed in compliance with Division 26 Specifications at no additional charge. F. Energy efficiency of each item of power consuming equipment shall be considered one of the standards for evaluation. PART 3 EXECUTION 3.01 CUTTING AND PATCHING A. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. B. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. C. Where openings are cut through masonry walls, provide lintel or other structural support to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to masonry. D. Where large openings are cut through metal surfaces, attach metal angle around the opening. E. Patch concrete openings that are to be filled with non -shrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 3.02 WATERPROOFING Provide waterproof flashing for each penetration of exterior walls and roofs. 3.03 CONSTRUCTION REQUIREMENTS A. Except where specifically noted or shown, the locations and elevations of equipment are approximate and are subject to small revisions as may prove necessary or desirable at the time the work is installed. Locations changed substantially from that shown on the drawings shall be confirmed with the Engineer in advance of construction. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 00 10 ELECTRICAL GENERAL PROVISIONS Page 5 of 7 B. Where equipment is being furnished under another Division, request from Engineer an accepted drawing that will show exact dimensions of required locations or connections. Install the required facilities to the exact requirements of the accepted drawings. C. All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are skilled in their trade. The standards of work required throughout shall be of the first class only. D. Unless shown in detail, the Drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the raceway system to conform to the structural and mechanical conditions of the construction. E. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be acceptable. F. Cabling inside equipment shall be carefully routed, trained and laced. Cables so placed that they obstruct equipment devices will not be acceptable. G. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that equipment is held in a rigid, tight -fitting manner. 3.04 EQUIPMENT PROTECTION A. Provide suitable protection for all equipment, work and property against damage during construction. B. Assume full responsibility for material and equipment stored at the site. C. Conduit openings shall be closed with caps or plugs during installation and made watertight. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt and debris. D. Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture. E. All equipment not energized shall be protected against moisture and dirt absorption by a suitable covering. Also, maintain heat inside the covering by means of 100 watt minimum heaters. 3.05 COOPERATION WITH WORK UNDER OTHER DIVISIONS A. Cooperate with all other trades so as to facilitate the general progress of their work. Allow all other trades every reasonable opportunity for the installation of their work and the storage of their materials. B. The work under this section shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that opening for chases, pipes, etc.., are provided before concrete is placed or masonry installed. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 00 10 ELECTRICAL GENERAL PROVISIONS Page 6 of 7 C. Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment to avoid interference with lines as required to maintain proper installation of other work. D. Make such progress in work that will not delay the work of other trades. Schedule the work so that completion dates as established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements if directed to do so. 3.06 INSTALLATION OF WORK UNDER ANOTHER DIVISION A. Verify the electrical capacities of all motors and electrical equipment furnished under other sections, or furnished by the Owner, and request wiring information from the Engineer if wiring requirements are different from that specified under this Section. Do not make rough -ins until equipment verification has been received. B. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of electrical equipment that are not integrally mounted with the equipment furnished under other divisions. All such equipment shall be securely mounted and adequately supported in a neat and workmanlike manner. 3.07 CLEAN-UP A. Remove all temporary labels, dirt, paint, grease, and stains from all exposed equipment. Upon completion of work, clean equipment, and the entire installation so as to present a first-class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. B. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer or with an approved paint. C. Clean interiors of each item of electrical equipment. At completion of work all equipment interiors shall be free from dust, dirt and debris. 3.08 TESTS A. Test all systems furnished under Division 26 and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the system. B. Make all circuit breaker and protective relay adjustments and settings. C. Make the following minimum tests and checks prior to energizing the electrical equipment: 1. Check all wire and cable terminations for tightness. 2. Test all wiring as specified in Section 26 01 20. 3. Test grounding system as specified in Section 26 04 50. 4. Set all transformer taps as required to obtain the proper secondary voltage. 5. Carefully check all interlocking, control and instrument wiring for each system to ascertain that the system will function properly as indicated by schematics, wiring diagrams, or as specified herein. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 0010 ELECTRICAL GENERAL PROVISIONS Page 7 of 7 6. Mechanical inspection of all low voltage circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. 7. Provide all instruments and equipment required for the above tests. 3.09 RECORD DRAWINGS A. At the start and during the progress of the job, keep one separate set of blue -line prints for making construction notes and mark-ups. B. Show conduit routing and wiring runs as constructed and identify each. C. Record all deviations from the Contract Documents. D. Submit set of marked -up drawings for review. The final payment will not be made until the review is complete. 3.11 OPERATIONS AND MAINTENANCE MANUALS A. Compile an Operations and Maintenance Manual on each item of equipment. These manuals shall include detailed instructions and maintenance as well as spare parts lists. B. Submit copies for review as hereinbefore specified. C. Preliminary Operations and Maintenance Manuals shall be included with the initial shipments. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 10 RACEWAYS PART 1 GENERAL 1.01 SCOPE 26 01 10 RACEWAYS Page 1 of 9 A. This section shall include raceways, enclosures, supporting devices, ancillary fittings and appurtenances. Furnish and install the complete raceway systems as shown on the Drawings and as specified herein. B. Raceway is a broad -scope term that shall be defined by the National Electrical Code under Article 100. 1.02 APPLICATIONS A. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in -slab conduit raceways shall be of the following type: 1. Except as otherwise specified, all power and control underground conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid aluminum conduit. B. Except as otherwise shown on the Drawings, or otherwise specified, all above grade conduit raceways shall be of the following type: 1. Indoor exposed power and control conduit shall be rigid aluminum conduit. Instrumentation, signal, and communication conduit shall have 24" separation from power conduits. 2. Outdoor exposed power, control, and instrumentation, signal, and communication conduit shall be rigid aluminum conduit, except where areas are denoted as corrosive or NEMA 4X. In those area furnish plastic coated rigid aluminum conduit, fittings, and boxes. 3. Instrument conduits shall be separated by 24" from power conduits when run in parallel for more than 5'. 1.03 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Rigid Metallic Aluminum Conduit 2. Plastic Jacketed Rigid Aluminum Conduit 3. Rigid Non -Metallic Conduit 4. Liquid -tight Flexible Conduit 5. Liquid -tight Fittings 6. Conduit Bushings 7. Conduit Bodies 8. Conduit Sealing Fittings 9. Expansion -Deflection Fittings WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 2 of 9 10. Expansion Fittings 11. Cast Metal Boxes 12. Tape Products 13. Wiring Devices 14. Supporting Devices 15. Labels 16. Grounding Devices 17. Foam Sealant PART 2 PRODUCTS 2.01 RACEWAYS A. Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more than 0.02% copper content. All conduit couplings shall be threaded aluminum. All such conduit shall be listed with UL and comply with UL-6 and ANSI C80.5. Aluminum conduit shall be New Jersey Aluminum, or equal. B. Plastic coated rigid aluminum conduit shall consist of rigid aluminum body that complies with above specifications for rigid aluminum conduit, plus conduit shall have 40 mil thick heat -fused PVC over outside and 2 mil coat of fully catalyzed phenolic inside. The inside coat shall have the chemical resistance of the outer coating and shall not dissolve in lacquer thinner. All couplings shall be equipped with PVC sleeves that extend one pipe diameter or 2", whichever is less, beyond the end of the coupling. All plastic -coated conduit shall conform to NEMA Standard #RNI-1974 (Type A) and such conduit shall be manufactured by Robroy, Perma-Cote, or Kor- Kap. C. Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for 90 degrees C and shall conform to NEMA TC-2 and UL-651 standards. Furnish Carlon, Sedco, or equal. Furnish manufacturer's approved solvent for joining couplings. D. Liquid -tight flexible conduit shall be constructed of non-metallic sunlight resistant PVC with aluminum core. Furnish Anaconda or equal product. 2.02 CONDUIT FITTINGS A. Conduit Hubs for rigid metallic conduit shall be constructed of aluminum. Furnish Meyers Hubs. B. Conduit field -applied hubs for sheet metal enclosures shall be aluminum body with recessed neoprene sealing ring, threaded NPT insert, and shall be, T&B 370 AL series, or equal products by OZ/Gedney. C. Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with galvanized steel core, complete with locknut and grounding bushing. All such hubs shall be Crouse -Hinds Type NHU, or equal. D. Rigid metallic conduit chase nipples, split couplings, slip fittings, unions, reducers, and enlargers, shall be aluminum. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 3 of 9 E. Rigid metallic conduit short els and long els shall be rigid aluminum with NPT threaded hubs and male ends. Throats shall be smooth and free from burrs. All such fittings shall be OZ/Gedney Type "9" Series, Appleton, or equal. F. Rigid metallic conduit split couplings shall made of aluminum and have threaded body with split tightening shelves with neoprene sandwich. Such fittings shall be OZ type "SSP", or equal. G. Rigid metallic conduit grounding bushings shall be aluminum body with threaded hub, bakelite insulated throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal. H. Liquid -tight flexible conduit fittings shall be suitable for the specified flexible conduit and shall be type B. Furnish straight or angle connectors as required. All such connectors shall be OZ/Gedney type 4QP, or equal. I. Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at each end. One hubs shall be threaded to barrel and other hub shall have slip fit to allow up to four (4") inches of conduit lateral movement. Provide external bonding jumper for each expansion joint. Shall have stainless steel clamps and aluminum straps. Furnish OZ Type "EXA", or equal for expansion fitting and OZ Type ABJ for jumper. J. Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure discs with sandwiched neoprene seal and with 316 stainless steel hardware. Furnish OZ/Gedney type "CS" series products, as indicated. K. Conduit sealing bushings for penetrations in exterior walls shall be constructed of neoprene and shall have a stainless -steel disk with stainless steel bolts and hardware. Furnish OZ/Gedney "CSM" series products. For existing walls core drill wall to size recommended by manufacturer of sealing bushing. Use two bushings per wall penetration, one each side. For newly constructed walls provide a PVC Schedule 40 sleeve in concrete pour. PVC sleeve shall have water stop and the sleeve size shall be as recommended by the manufacturer of the sealing bushing. 2.03 CONDUIT BODIES AND BOXES A. Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be aluminum. Covers for damp and/or wet location use shall be gasketed cast metal with "wedge -nut" clamps. Covers for dry locations shall be cast aluminum and hardware shall be 316 stainless -steel. All covers shall be equipped with clamp type clevises. Furnish Crouse -Hinds Form 7, or Appleton Form "FM7" products. B. Conduit bodies for use in corrosive areas shall be as specified above but shall have 40 mil plastic coated PVC jacket and 2 mil interior coating as specified for plastic coated rigid metallic conduit. Furnish Robroy, Perma-Cote, or Kor-Kap C. Conduit bodies such as "GUA", "GUAT", "GUAL", and the like pulling/splicing fittings shall be cast aluminum with threaded cast aluminum covers. All such conduit bodies shall be Killark "GE" series, or equal products by Crouse -Hinds or Appleton. D. Outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 cubic inches shall be sand-cast, copper -free aluminum. All boxes shall have threaded hubs and integral cast WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 4 of 9 mounting lugs. Furnish Crouse -Hinds "FD" style condulets, Appleton "FD" style Unilets, or equal. E. Covers for cast metal boxes shall be gasketed cast metal covers with 316 stainless steel screws and shall be suitable for use in wet or damp locations. F. Conduit and device boxes for use in concealed drywall applications only shall be pressed sheet steel type. Furnish Raco or equal. 2.04 PULL AND JUNCTION BOXES A. Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be furnished as specified hereinbefore except where sheet metal types are shown, in which case, furnish such sheet metal enclosures in NEMA 4X 316 stainless steel construction with gasketed covers of same material. Provide 316 SS quick release luggage type latches. B. Pullboxes and junction boxes whose volume is 100 cubic inches and greater shall be NEMA 4X 316 grade stainless steel type with gasketed stainless steel covers. Provide print pocket and interior back panel for mounting of terminal strips where terminal strips are called for on the drawings. Sheet metal boxes shall be as manufactured by Hoffman or equal. Provide 316 SS quick release luggage type latches. C. Covers for sheetmetal pullboxes and junction boxes over 100 cubic inches (and for smaller sized where shown) shall have hinged doors. All hardware shall be stainless steel. D. Cast metal junction boxes shall be cast aluminum type with gasketed, cast metal covers, integral mounting lugs, and with stainless steel cover screws. 2.05 LABELS A. Buried conduit marking tape for marking path of secondary buried conduits shall be four (4") inch nominal width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT" or similar language, repeated along its length. B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall have "DANGER (VOLTAGE) - DISCONNECT ALL SOURCES OF POWER BEFORE ENTERING". Letters shall be highly visible red color on white background. C. Specify stainless steel or non-metallic machine printed conduit tags attached with stainless steel wire or nylon tie wraps. 2.06 SUPPORTING DEVICES A. Mounting hardware, nuts, bolts, lockwashers, and washers, shall be Grade 316 stainless steel. B. Unless otherwise indicated, channel framing and supporting devices shall be manufactured of ASTM 6063, TO6 grade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Thickness shall be 0.105". Clamp nuts for use with channels shall be grade 316 stainless -steel. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 5 of 9 C. Where indicated, furnish grade 316 stainless steel slotted channel members 1-5/8" wide x 1-5/8" deep or 1 5/8" x 3 1/4" deep, double-faced type, 12 gauge. All hardware and conduit clamps shall be grade 316 stainless -steel. D. Conduit clamp supports for terminating conduits onto cable trays shall be mechanically galvanized 316 SS or aluminum with adjustable angle clamp. Fittings shall be provided with 316 stainless steel hardware. Furnish OZ/Gedney type CTC products. E. All such channel members and fittments shall be B-Line, Unistrut or equal. F. Conduit straps, and associated nuts, lockwashers and bolts for use with channels shall be 316 stainless -steel with 316 stainless steel hardware. Furnish B-Line products or equal. G. After -set concrete inserts (drilled expansion shields "D.E.S.") shall consist of two types. For anchors to accommodate 5/16" diameter bolts and smaller, provide HILTI "HDI" series 316 stainless steel anchors. For anchors to accommodate 3/8" diameter and larger bolts, provide HILTI "HVA" series with 316 stainless steel threaded inserts. H. Hanger rod shall be 3/8" minimum diameter Type 316 stainless -steel all -thread. I. Nest -back or clamp -back conduit supports shall be two-piece type constructed of copper free aluminum. Furnish Thomas & Betts 1976AL Series, or equal. J. Conduit beam clamps shall be stainless steel or hardened aluminum and shall be as follows: TYPE MANUFACTURER 1. Right Angle OZ/Gedney Type "UBCG", or equal. 2. Parallel OZ/Gedney Type "UPCG", or equal. 3. Edge OZ/Gedney Type "UECG", or equal. K. Hanger rod beam clamps shall be clamp type with hardened 316 stainless steel, bolt, Steel City "500" Series, Crouse -Hinds type "MW", or equal. Furnish swivel stud for each rod make- up. L. Conduit "J" hangers shall consist of stainless -steel straddle with detachable bolt. Furnish Kindorf type "C-149", Unistrut "J-1200" Series, or equal. M. Conduit "U" bolts shall be 316 stainless -steel with 316 stainless steel hex -head bolts. N. Equipment stands for supporting devices such as control stations, device boxes and the like, shall consist of a welded structural aluminum c-channel and plate aluminum floor plate as detailed on the drawings. 2.07 MISCELLANEOUS MATERIAL A. Double bushings for insulating wiring through sheet metal panels shall consist of mating male and female threaded phenolic bushings. Phenolic insulation shall be high -impact thermosetting plastic rated 150 degrees C. Furnish OZ Type "ABB", or equal. WESTS1DE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 6 of 9 B. Conduit pull -cords for use in empty raceways shall be glass -fiber reinforced tape with foot - marked identification along its length. Furnish Thomas, Greenlee, or equal products. C. Conduit thread coating compound shall be conductive, non -galling, and corrosion -inhibiting. Furnish Crouse- Hinds Type "STL", Appleton Type "ST", or equal. D. Plastic compound for field -coating of ferrous material products shall be PVC in liquid form that sets -up semi- hard upon curing. Furnish Rob Roy "Rob Kote", Sedco "Patch Coat", or equal. E. Openings around electrical penetrations of fire-resistant rated walls, floors, or ceilings shall maintain the fire resistance rating using approved methods per NEC 300-21. Fire barrier shall be 3M 2001 RW silicon RTV foam or approved equal. All conduits entering building below grade and terminating at cable trays shall have the area between the cables and the conduit sealed with 3M 2001 RW Silicone RTV foam or approved equal. PART 3 EXECUTION 3.01 RACEWAYS A. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. The conduit system shall have the appearance of having been installed by competent workmen. Kinked conduit, conduit inadequately supported or carelessly installed, do not give such reliability and maintenance free operation and will not be accepted. 1. Parallel runs of conduit shall be parallel to each other throughout the entire run. Bends and offsets shall occur at the same point such that all offset angles are the same. 2. Conduits making vertical or horizontal changes in direction such that concentric bends are required are acceptable. All concentric bends shall have radii with the same center point. 3. Conduit installation shall be planned such that conduits crossing each other will be minimized. 4. Conduit installations not meeting these criteria in the sole judgment of the Owner or Engineer shall be removed and reinstalled at no charge in the contract price or schedule. 5. Conduits having conductors installed shall not be a reason to not remove and reinstall unacceptable conduit installations. The installed conductors shall be removed and replaced if present in unacceptable conduit systems. B. Raceways shall be installed for all wiring runs, except as otherwise indicated. C. Conduit sizes, where not indicated, shall be N.E.C. code -sized to accommodate the number and diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade -size shall be minimum size conduit. D. Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be made parallel to the lines of the structure. Conduit shall be installed such that it does not create a tripping hazard or an obstruction for headroom. E. All nips of rigid conduit shall be threaded, and all male threads shall be coated with non -galling thread compound prior to assembly. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 7 of 9 F. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40-mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watertight. G. Field -cut threads in runs of plastic -coated metallic conduit shall be cut with a special die that has rear reamed out oversize to slip over plastic coating. Do not attempt to cut threads on plastic coated conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect die to be used. Coat all field -cut threads with cold -galvanizing spray, use two coats to provide 1- mil minimum coating thickness. H. Conduit runs made in concrete pours or surface -mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, or at every 100 feet. I. Unless otherwise shown, conduit penetrations through floors located below enclosures, shall be made each with couplings set flush with the outside faces of the concrete pour. Each pair of couplings shall be joined with a threaded spool piece. Use coated aluminum couplings. J. Rigid metallic conduit runs shall have their couplings and connections made with screwed fittings and shall be made up wrench tight. Check all threaded conduit joints prior to wire pull. Coat all male threads with Crouse -Hinds "STL" or equal, conductive lubricant prior to joining. K. All conduit runs shall be watertight over their lengths of run, except where drain fittings are indicated. In which cases, install specified drain fittings. L. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be three (3') feet. M. Where plastic jacketed flex is installed, make up terminal ends with liquid -tight flex connectors. In wet locations, install sealing gaskets on each threaded male connector. Each flex connector shall be made-up tightly so that the minimum pull-out resistance is at least 150 lbs. Install external spirally wrapped ground wire around each run of liquid -tight flex and bond each end to specified grounding -type fittings. N. Empty conduits shall have pull -ropes installed. Identify each terminus as to location of other end and trade size of conduit. Use blank plastic waterproof write -on label and write information on each label with waterproof ink. Pull a mandrel through each conduit to check and clear blockage before installing pull -rope. Owner's representative shall witness test. Provide documentation that all conduits are clear and ready for future use. Cap exposed ends of empty conduit with threaded plugs. O. Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. Vertical runs shall be set plumb. Conduits set cocked or out of plumb will not be acceptable. P. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching out sill or braces, and removal of enclosure structural members, will not be acceptable. No top entry into NEMA 4X where installed outdoors. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 Q. 26 01 10 RACEWAYS Page 8 of 9 Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or incorrect tools will not be acceptable. Holes shall be cleanly cut and they shall be free from burrs, jagged edges, and torn metal. R. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. S. Outdoor aluminum runs of raceways shall be installed with expansion fittings and supports as required to accommodate thermal expansion due to changes in temperature appropriate with the structure from which the conduit is supported. Installation shall not appear to be loose or non- linear with changes in temperature from night today or from summer to winter. In no case shall a straight run of conduit be installed over 20' without an expansion fitting. Furnish additional expansion fittings if required by the characteristics of the particular installation. 3.02 CONDUIT BODIES AND BOXES A. Conduit bodies such as "LB", "T", "GUAT", etc., shall be installed in exposed runs of conduit wherever indicated and where required to overcome obstructions and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. GUA series pulling bodies rather than LB fittings and the like, shall be used for splicing purposes as well as pulling access. B. Covers for all conduit bodies shall be installed with gasketed cast metal type where located in damp or wet locations. C. All conduit boxes installed whose inside volume is less than 100 cubic inches shall be cast metal type with gasketed cast metal cover, unless otherwise indicated. D. All conduit boxes who's inside volume exceeds 100 cubic inches shall be sheet metal type except where gasketed cast metal type, stainless steel or fiberglass reinforced polyester are indicated. E. Aluminum boxes and aluminum strut shall be supported 1/4" off of concrete surfaces with insulating washers or similar material or shall be coated with bitumastic. F. Use mounting lugs. Drilling through back of boxes is prohibited. 3.03 RACEWAY SUPPORT A. All raceway systems shall be adequately and safely supported. Loose, sloppy, and inadequately supported raceways will not be acceptable. Supports shall be installed at intervals not greater than those set forth by the NEC, unless shorter intervals are otherwise indicated, or unless conditions require shorter intervals of supports. B. Multiple runs of surface mounted conduit on concrete or masonry surfaces shall be supported off the surface by means of aluminum or stainless -steel channels. Attach each slotted channel support to concrete surface by means of two (2) 1/4" diameter stainless steel bolts into drilled expansion shields. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 10 RACEWAYS Page 9 of 9 C. Single runs of surface mounted conduit on concrete or masonry surfaces shall be supported with hot -dipped malleable iron conduit clamps and nest -back spacers. Furnish plastic coated malleable iron conduit clamps and nest backs where corrosive areas are called out. D. Conduit runs that are installed along metallic structures shall be supported by means of beam clamps as specified herein. E. Where Aluminum is used, install neoprene spacers to prevent Aluminum from direct contact with CMU or concrete. 3.04 LABELING A. In addition to labeling requirements as specified throughout this and other Sections, install wiring and raceway labeling as follows: 1. Apply identification labels as specified to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. 2. Where active conduits terminate into bottoms of motor control centers, install label on each conduit terminus and show number and size of wiring and function of circuitry and trade size of conduit. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 20 WIRE AND CABLE Page 1 of 6 SECTION 26 01 20 WIRE AND CABLE PART 1 GENERAL 1.01 SCOPE A. This section shall include wire and cable, terminating devices, splice kits, labeling, and appurtenances. 1.02 STANDARDS A. ASTM B. UL 1277 Electrical Power and Control Tray Cables C. UL 1685 Flame Exposure Test for Tray Cables D. ICEA T-29-520 Vertical Cable Tray Flame Test E. IEEE 1202 Flame Testing of Cables for use in Cable Tray 1.03 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Power and control cable 2. Instrument cable 3. Conductor Connectors 4. Tape Products 5. Labels PART 2 PRODUCTS 2.01 WIRE AND CABLE A. All conductors shall be soft -drawn annealed copper, Class B stranding that meets ASTM B-8. Copper conductors shall be uncoated, except as otherwise specified. B. Single conductor cable for power, control, and branch circuits shall have cross -linked polyethylene insulation, rated for 600 volts. Cable shall be NEC type XHHW-2. All such cable shall be rated for wet or dry use. Cable insulation shall be color coded with factory pigmented colors below 'size #6 awg. Color coding shall be as specified under Part 3 of this section. Cable shall be as manufactured by Southwire or equal. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 20 WIRE AND CABLE Page 2 of 6 C. Instrument cable for analog circuits, shall be # 16 awg, twisted shielded pairs or triads with PVC insulation and overall jacket. Cable assembly shall be rated for 600 volts, wet or dry locations. Furnish Okonite "Okoseal-N Type P-OS" or approved equal. D. Single conductor cable for 24-volt do control shall be minimum size #16. Furnish MTW type insulation for panel wiring and XHHW-2 insulation for field wiring in conduits. E. Ground mat and associated upcomers and grounding conductors shall be tin-plated stranded copper. 2.02 CONNECTORS A. Mechanical connectors for 600V class wiring shall be tin-plated copper alloy bolted pressure type with bronze tin-plated hardware. Furnish connectors as follows: TYPE MANUFACTURER & TYPE Single conductor Blackburn LH to flat -plate connector Multiple conductor to flat plate connector Blackburn L2H, L3H, L4H Split -bolt connector Blackburn HPS Two -bolt parallel Blackburn 2BPW connector with spacer Cross Connector Blackburn XT Splice Connector Blackburn S Flush ground connector OZ Type "VG" B. Insulated spring wire connectors, "wire -nuts", for small building wire taps and splices shall be plated spring steel with thermoplastic jacket and pre -filled sealant. Connector shall be rated for 600 volts, 75 degrees C continuous. Furnish King Technology, or equal. C. Connectors for control conductor connections to screw terminals shall be crimp -type with vinyl insulated barrel and tin-plated copper ring -tongue style connector. Furnish T&B "Sta-Kon", 3M "Scotchlok", or equal. D. Terminal strips for miscellaneous field terminations of control and instrumentation circuits shall consist of 12-point box lug terminals with marking surface. Terminal assembly shall accept #18 to #12 awg and shall be rated 600 volts. Furnish Allen-Bradley #1492-HJ812 terminal blocks. WESTSTDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 20 WIRE AND CABLE Page 3 of 6 2.03 INSULATING PRODUCTS A. Tape products shall be furnished as hereinafter specified and shall be Plymouth, Okonite, 3M, or equal. B. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type, "Slipknot Grey", 3M Scotch 33+, or equal. C. Insulating void -filling tape and high voltage bedding tape shall be stretchable ethylene propylene rubber with high -tack and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 130 degrees C overload, and shall be moisture -proof. Void filling tape shall be "Plysafe", 3M Scotch 23, or equal. D. High temperature protective tape shall be rated 180°C continuous indoor/outdoor, stretchable, self -bonding silicone rubber. High temperature tape shall be Plysil #3455, 3M Scotch 70, or equal. E. Insulation putty filler -tape shall be Plymouth #32074, 3M Scotchfill, or equal. F. Arc and fireproofing tape shall be Plymouth #3318, 3M Scotch #70 or equal. 2.04 LABELS A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. Colors shall be as hereinafter specified. Tape shall be Plymouth "Slipknot 45", 3M Scotch #35, or equal. B. Numbered wire marking labels shall be PVC sleeve -type markers, T&B, Brady or equal. Markers using adhesive are not acceptable. C. Cable identification ties shall be weather resistant polyester with blank write -on space, T&B, Brady or equal. 2.05 MISCELLANEOUS MATERIAL A. Cable grips shall be 316 SS grip -type wire mesh with machined metal support, Furnish Kellems, Appleton, or equal products. B. Wire pulling compound shall be non -injurious to insulation and to conduit and shall be lubricating, non- crumbling, and non-combustible. Furnish Gedney "Wire- Quick", Ideal "Yellow" or equal. PART 3 EXECUTION 3.01 POWER AND CONTROL CABLE A. Power and control conductors shall be sized as shown and where no size is indicated, the conductor size shall be #12 awg for power circuits #14 awg for 120 vac control circuits, and #16 awg for instrumentation circuits. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 20 WIRE AND CARLE Page 4 of 6 B. Equipment grounding conductors shall be installed with type XHHW insulated stranded copper conductors and the insulation color shall be green in sizes up to and including # 10 awg. C. Color coding shall be as follows. Non -factory color coded cables shall be marked with specified color tape. Use the following colors: CONDUCTOR 120/208V 480V SYSTEMS SYSTEMS Phase A or Li Black Brown Phase B or L2 Red Orange Phase C Blue Yellow Neutral White N/A Ground Green Green D. Branch circuits may be spliced for receptacle, lighting, and small appliance load inside appropriate junction boxes. Feeders, branch circuit, power wiring, control wiring, and signal wiring shall be installed without splice. E. Except as otherwise specified, taps and splices with #10 AWG and smaller, shall be made with insulated spring wire connectors. Such connectors in damp or wet locations shall be waterproofed by filling interstices around wires with silicone rubber and further insulating with an envelope of stretched piece of EPR tape around each wire. Then, apply one-half lapped layer of electrical tape overall. F. Motor connections made with #i l0 AWG and smaller wire shall be made up with set -screwed copper Tugs with threaded -on insulating jacket. After make-up of each connector, install two (2) layers half -lapped, of high temperature tape over connector barrel and down one (1') inch over wires. G. Taps, splices, and connections in #8 AWG and larger wires shall he made with copper alloy bolted pressure connectors. Each such connector shall be insulated by means of applying insulation putty over sharp edges to present a smooth bonding surface. Next, apply at least four (4) layers, half -lapped each layer of EPR tape. Then, make final wrapping of at least three (3) layers, half -lapped each layer of electrical tape. H. Control wiring connections to stud type and screw type terminals shall be made with ring -tongue type crimp connectors. Label each terminal jacket with wire marking label at each connection. I. Each wire connection shall be made up tightly so that resistance of connection is as low as equivalent length of associated conductor resistance. J. Numbered marking labels shall he installed to identify circuit numbers from panclboards. Install labels on each wire in each panelboard, junction, pullbox and device connection. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROTECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 20 WIRE AND CABLE Page 5 of 6 K. Label each wiring run with write -on waterproof labels inside motor control center. Install write - on label ties around wire group at conduit entrance and write -on label the wire size, conduit size and service. L. Install PVC sleeve type numbered marking on each control wire termination at each terminal strip and at each device. Do this in motor control center, terminal cabinets, safety switches, remote controllers, pilot operators, and instrumentation equipment. Number selected shall correspond to number on terminal strip. M. All wiring inside equipment enclosures shall be neatly trained and laced with nylon tie -wraps. 3.02 INSTRUMENTATION WIRING A. All 4-20mA analog pairs shall have shields grounded at the instrumentation panel and insulated on the field end unless otherwise required by instrument supplier. Single point grounding shall be maintained. 3.03 GROUND WIRING A. Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of N.E.C., except where higher standards of grounding have been specified. In addition to requirements as specified under Section 26 04 50, install grounding for general wiring systems as follows. B. Equipment grounding conductors (EGC) shall be installed in each run of power and control conduits. These wires shall be green colored in sizes #6 AWG and smaller and green banded in larger sizes. Ground wires shall be type XHHW-2 insulated copper wires. C. EGC runs into equipment shall be grounded to equipment bus where available, or to equipment ground lugs. D. Where grounding type bushings are installed, bond EGC thereto, and furthermore, ground each bushing lug to equipment ground bus or ground lug, or ground rod. E. In each motor terminal box, install equipment ground lug and connect EGC thereto. Bond pump frame to motor frame. Bond motor and pump to grounded electrode conductor. 3.04 LABELING A. In addition to labeling requirements as specified throughout this Section, install wiring and raceway labeling as follows: 1. Apply numbered wire marking labels to control wiring terminations for each termination in each item of equipment. Use PVC sleeve type labels. 2. Apply numbered wire marking labels to power and control wiring terminations in motor control centers, panelboards, and at outlets, to identify circuit numbers. Use PVC sleeve type labels. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 01 20 WIRE, AND ('ABLE Page 6 of 6 3. Apply numbered wire marking labels to each signal wire termination in each instrument junction box, and in each item of equipment served by instrumentation circuits. Use PVC sleeve type labels. 4. Apply write -on identification labels to wiring sets in each motor control center, and in each pullbox and junction box. Show wire size, conduit size, and line and load information. Use waterproof plastic write -on labels with nylon tie -wraps. 3.05 TESTING A. Each run of 600V class power and control wiring shall be tested prior to connection of line and load. Make tests with 1000V do hand -crank or motor driven ohmmeter. Each run of wiring shall be tested phase -to -phase and/or phase -to -neutral, and phase -to -ground. Test results for each test shall be equal to or greater than 25,000,000 ohms with 1000V do applied. All tests shall be made in the presence of the Owners representative or Engineer. l3, Test all runs of signal wiring with 250V do megger. Insulation values shall meet or exceed 1,000,000 ohms per 100 feet (cable to shield). C. Should any cable or circuit fail to meet the above tests, replace wire and retest. END OF SECTION WESTSIDE TV -- 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 01 95 LIGHTING PANELBOARDS Page 1 of 2 SECTION 26 01 95 LIGHTING PANELBOARDS PART 1 GENERAL 1.01 SCOPE A. This specification covers the requirements for 208/120 volt lighting panelboards. B. This specification defines minimum requirements, characteristic guidelines and features required. 1.02 STANDARDS A. All panelboards shall be designed, manufactured, and tested in accordance with the latest applicable standards of UL and NEMA. Panelboards shall be UL listed. 1.03 SUBMITTALS A. Submit outline and dimensional drawings and catalog literature to Engineer for review. PART 2 PRODUCTS 2.01 GENERAL A. Ratings shall be as indicated on the drawings. B. Circuit Breakers shall be bolt on and rated 10,000 amps rms symmetrical interrupting capacity. C. Panelboards shall have integrated SPD rated for 120 kA. Provide alarm contacts, event counter, and indicator lights. 2.02 CONSTRUCTION A. All buses shall be tin-plated copper. B. Enclosures shall be painted steel. C. NEMA 12 for installation indoors. 2.03 MANUFACTURER A. Panelboards shall be Square D type NQ or equal product by Eaton, General Electric or equal. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 260195 LIGHTING PANELBOARBS Page 2 of 2 PART 3 EXECUTION 3.01 INSTALLATION A. Install panelboards as scheduled and in locations shown on the drawings. Provide grounding as specified per 26 04 50 and per NEC. END OF SECTION WESfSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 0199 MISCELLANEOUS Page 1 of 2 SECTION 26 0199 MISCELLANEOUS PART 1 - GENERAL 1.01 SCOPE A. This section shall include miscellaneous devices. B. Furnish and install all such devices and completely connect and wire each device. 1.02 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Receptacles 2. Device boxes 3. Equipment Stands and Racks 4. Equipment stand strut and mounting hardware. B. Submit shop drawing on fabricated posts. PART 2 - PRODUCTS 2.01 RECEPTACLES A. Receptacles shall be specification grade and shall meet NEMA WD-1 requirements. Color shall be brown unless otherwise noted. Furnish Bryant #GFR82T-BRN 20 amp GFCI receptacle. B. Receptacle cover shall be cast aluminum and shall be rated for outdoors "while in use" per NEC. Furnish Red -Dot or approved equal. Covers shall be factory painted in color as selected by Engineer. C. Device boxes shall be FS type with mounting feet and shall be constructed of sand cast copper free aluminum. Furnish Crouse -Hinds or equal. 2.02 EQUIPMENT STANDS A. Equipment stand posts shall be constructed out of 4" schedule 40 steel pipe and shall have a welded reinforced base plate as indicated on the drawings. Equipment stand post shall be hot - dipped galvanized after fabrication. B. Equipment stand struts shall consist of horizontal and vertical strut members. Horizontal strut supporting equipment shall be two 1-5/8" strut factory welded together with one channel opening facing opposite directions. Vertical strut members shall be 1-5/8". All strut shall be hot dipped galvanized after fabrication. C. U-bolts nuts and washers for connection of horizontal struts to vertical pipe stand posts shall be 304 stainless steel. All other bolts, washers and nuts for connecting strut together and enclosures WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 260I99 MISCELLANEOUS Page 2 of 2 to strut shall be 316 stainless steel. All conduit clamps and hardware on the rack shall be 316 stainless steel. 2.03 HEAT TRACING A. Water lines for sensing lines (tubing) shall be heat traced and insulated. Electric heat tracing shall be self-limiting type, 120 v AC, and shall be rated 5 watts per foot unless otherwise indicated on the drawings. Wrap each transmitter. Furnish Thermon type FP with braid and overall jacket. Secure heat tape to piping with aluminum tape. B. Furnish a Thermon ambient sensing thermostat, rated NEMA 4, with a switch rating of 22 amps, model B4X-15140 for the heat tracing control panel. Insulation for transmitters shall be O'Brien Flexpak or equal. Insulation for sensing lines shall be O'Brien Flexpak strip insulation. Insulation for chlorine sensing lines shall be 'A" closed cell polyethylene therma-cel. Furnish Therma-Cel Insul-Tube or approved equal. C. Furnish a Type EPD (30 milliamp) ground fault circuit breaker in the heat trace panelboard. D. Provide Thermon end of line indicator lights to indicate that heat tracing is operating. E. Provide a NEMA 12 contactor and lighting panelboard as indicated on the drawings. PART 3 - EXECUTION 3.01 GENERAL A. Furnish and install devices where indicated on the drawings and test and verify operation. B. All HDG strut that is cut shall have cut ends cold galvanized. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 02 10 ELECTRIC UTILITY SERVICE PART 1 GENERAL 1.01 SCOPE 26 02 10 ELECTRIC UTILITY SERVICE Page 1 of 1 A. The facility is served by Tri-County Electric Co-op, Inc. The service voltage is 208Y/120-volt three phase 4 wire, solidly grounded. The service will be an underground service with a transformer pole location as shown on the drawings. B. The Contractor shall coordinate with utility to arrange service. PART 2 PRODUCTS 2.01 RACEWAYS A. Furnish and install secondary conduits from transformer pad to new outdoor meter on the elevated tank. Provide service conductors as shown on the drawings. 2.02 WIRE AND CABLE A. Service wire and cable (600 volt) shall be as specified under Section 26 01 20. 2.03 UNDERGROUND A. Underground shall be as specified under Section 26 04 10 and as specified herein. PART 3 EXECUTION 3.01 GENERAL A. Underground conduit shall be installed per section 26 04 10. B. Coordinate with electric utility. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 0410 UNDERGROUND ELECTRICAL Page l of 3 SECTION 26 04 10 UNDERGROUND ELECTRICAL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install a system of underground raceways and wiring as shown on the drawings. 1.02 APPLICATIONS A. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in -slab conduit raceways shall be of the following type: 1. For small diameter conduits for instrumentation and feeder circuits, conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid aluminum conduit. All conduit coming out of the ground in grass areas shall have concrete mow protection as detailed on the drawings. Plastic coated conduit in all cases shall extend 3" above the concrete. 2. All instrumentation underground conduit runs shall be made with schedule 40 PVC conduit with plastic coated rigid metallic conduit upturns. A 24" separation shall be maintained from power conduit ductbanks or if in the same ductbank, it shall be plastic coated rigid steel conduit the whole way. 1.03 SUBMITTALS A. Process submittals for the following: 1. Non -Metallic conduit 2. Metallic conduit 3. Grounding Bushings 4. Buried conduit marker tape 5. Conduit supporting saddles 1.04 RELATED WORK SPECIFIED UNDER OTHER SECTIONS A. Refer to Section 26 01 10 for raceways. B. Refer to Section 26 01 20 for wiring. C. Refer to Section 26 04 50 for grounding. D. Refer to Division 3 for concrete. WESTSIDE TV — 1.5 MG ELEVATED STORAGE TANK. CITY PROJECT NO. 103292-1 Project Date March 2023 260410 UNDERGROUND ELECTRICAL Page 2 of 3 PART 2 PRODUCTS 2.01 RACEWAYS A. Raceways shall be as specified in Section 26 01 10. 2.02 MISCELLANEOUS A. Gravel for underbedding of conduits shall be washed type pea gravel. B. Plastic saddles (where allowed) for spacing and supporting conduits shall be interlocking types as manufactured by Cantex. C. Plastic marker label tape for buried conduits shall be yellow background with black letters with repetitive marking "ELECTRIC LINE" on yellow background, continuous along its length. Furnish T&B # NA-0608, or equal tape. PART 3 EXECUTION 3.01 EXCAVATION AND BACKFILLING A. Do all excavating and backfilling necessary for the installation of the work. This shall include shoring and pumping in ditches to keep them dry until the work has been installed. B. All excavations shall be made to proper depth, with allowances made for floors, forms, beams, piping, finished grades, etc. Ground under conduits shall be undisturbed earth or if disturbed, mechanically compacted to a density ratio of 95% before conduits are installed. C. All backfilling shall be made with selected soil, free of rocks and debris, and shall be pneumatically tamped in six (6") inch layers to secure a field density ratio of 95%. D. Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired to make their operation equal to that before the trenching was started. E. All ductbanks shall have a red dye in concrete to indicate electrical ductbank. Ductbanks shall be protected with a concrete cap as indicated on the drawings. F. Where conduits turn up provide 6" rise of concrete encasement to protect conduit from mowing. 3.02 RACEWAYS A. All underground conduits shall be PVC schedule 40 unless otherwise noted. All bends to grade shall be made with plastic coated rigid metallic conduits and shall extend to 6" above grade. Conduits shall be watertight over the entire length of the underground run. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date March 2023 26 04 10 UNDERGROUND ELECTRICAL Page 3 of 3 B. Install all power, control, and signal wiring. Label each single conductor wire at each connection with PVC sleeve type wire labels. Label each signal cable at each end with plastic waterproof write -on type label to identify terminal connection and function and device served. C. Where empty conduits terminate into equipment install blank "disc" under grounding bushing and bring specified foot -marked pull tape through disc. Label each end of each pull tape with waterproof plastic label to identify terminus of other end and also show conduit size. 3.03 WIRING A. All underground wiring runs shall be installed from line to load without splice. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date March 2023 SECTION 26 04 50 GROUNDING SYSTEMS PART 1 GENERAL 1.01 SCOPE 26 04 50 GROUNDING SYSTEMS Page 1 of 3 A. Furnish and install complete grounding systems in accordance with Article 250 of the National Electrical Code as shown on the Drawings and as specified herein. B. Provide ground mat grounding electrode system as shown on the drawings and as specified herein. 1.02 SUBMITTALS A. Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall include: 1. Ground well casings 2. Ground rods 3. Terminal lugs and clamps 4. Exothermal welding materials 5. Ground cable 6. Ground connection hardware PART 2 PRODUCTS 2.01 GROUNDING ELECTRODES A. All ground mat grounding electrodes and grounding electrode conductors shall consist of tin- plated stranded copper. B. All ground rods shall be copper clad steel products, 3/4" diameter x 10 foot long, unless otherwise indicated. Ground rods shall be Blackburn #6258, or equal. Provide heavy duty ground rod clamps, exothermic welds where concealed or below grade. Equal to Blackburn #GG58 where vertical connections are installed and #GUV where U-bolt connectors are installed to serve horizontal connections. 2.02 GROUNDING DEVICES A. Connectors shall be furnished as specified under Section 26 01 20. B. Conduit grounding bushings shall be furnished as specified under Section 26 01 10. C. Equipment grounding conductors shall be furnished as specified under Section 26 01 20. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 04 50 GROUNDING SYSTEMS Page 2 of 3 D. Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted clamp connector on bottom. Furnish OZ type "VG", or equal flush connectors. Each such connector shall be furnished with silicon bronze connector bolts for installation of top -mounted grounding connectors. E. Exothermal welding kits shall be "Cadweld" products as manufactured by Erico. Molds, cartridges, powder, and accessories shall be as recommended by the manufacturer. 2.03 GROUND TEST WELLS A. Ground test wells shall be furnished each ground rod for the purpose of field testing the ground mat system. B. Ground test wells shall each consist of ground rod with connector attached to a #4 upcomer from the ground mat and contained within an access well with labeled top. C. Ground test well enclosures shall be Brooks product #3RT series, or equal. Enclosures shall be 10 1/4" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of cover. PART 3 EXECUTION 3.01 GROUND MATS AND GROUND WELLS A. Install ground mat around the perimeter and under the new foundations as shown. Use #4/0 AWG tin-plated copper stranded conductor for the ground mat. Install upcomer with indicated wire sizes of tin-plated copper conductors. Exothermally weld all connections. B. Unless other larger sizes are indicated on the drawings, install #2 upcomers from ground mat to PLC, and other equipment indicated on the drawings. Install "VG" flush floor connector to serve each upcomers and run #2 stingers from top side of each "VG" to ground bus in equipment. Bond VG to rebar in concrete. C. Install ground rods in test wells where indicated on the drawings. D. Install chemical grounding kits where called for. Drill holes as required and install kit per manufacturer's instructions. Exothermic weld all concealed, imbedded in concrete or buried connections. 3.02 WIRING SYSTEMS GROUNDING A. All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed structural steel systems shall be grounded. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 04 50 GROUNDING SYSTEMS Page 3 of 3 B. Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except where larger sizes may be shown. Bond each equipment grounding conductor to the equipment grounds at each end of each run. Run 4/0 ground full length of tray, bond to each section and every enclosure where conductors originate or terminate. Protect grounded equipment conductor in conduit where it leaves the tray. C. Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. D. Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit and bond bushing lug to equipment ground bus. E. Where conduits enter equipment enclosures, equip each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing to ground bus. F. Equipment enclosures that do not come furnished with a ground bus, install ground lug in each enclosure that shall be bonded to the metal cabinet or backpan of the enclosure. G. Separately derived systems shall be each grounded as shown and shall comply with Article 250 of the NEC except where higher standards are shown. 3.04 TESTING A. All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which fails such test or if upon inspection, weld indicates a porous or deformed connection, the weld shall be remade. B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which do not meet this requirement shall be remade. C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown, provide additional grounding as directed by Engineer. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 04 55 LIGHTING PROTECTION Page 1 of 3 SECTION 26 04 55 LIGHTING PROTECTION PART 1 GENERAL 1.01 SCOPE A. Furnish and install complete lighting protection system for the elevated tank. 1.02 STANDARDS A. The following specifications and standards of the latest issue form a part of the specification: 1. Lightning Protection Institute (LPI) Installation Code, LPI 175 and clamps 2. National Fire Protection Association Lightning Protection Code, NFPA 78 3. Underwriter Laboratories, Inc. Installation Code, UL96A 4. American Water Works Association (AWWA) 107 Section 8.8 1.03 SYSTEM DESIGN A. The work covered by this section of the specifications consists of system design and furnishing all labor, materials, and items of service required for the completion of a functional lightning protection system as approved by the engineer, and in strict accordance with this section of the specifications. 1.04 SUBMITTALS A. Complete design and drawings showing the type, size, and locations of all grounding, down conductors, down conductors, and painters rail connectors and other miscellaneous components shall be submitted to the engineer for approval. B. Submit shop drawings for all roof penetration details. 1.05 QUALITY ASSURANCE A. Upon completion of the installation, the lightning protection installer shall submit the Underwriters Laboratories, Inc. Master Label certification and the Lightning Protection Institute Certified System certification. Submit record drawings with the LPI forms LPI- C1-01, -02, and -03. WESTSIDE IV— 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 04 55 LIGHTING PROTECTION Page 2 of 3 1.06 STANDARDS A. The system to be furnished under this specification shall be the standard product of manufacturers regularly engaged in the production of lightning protection equipment and shall be the manufacturer's latest approved design. The equipment shall be UL listed and properly UL labeled. All equipment shall be new, and of a design and construction to suit the application where it is used in accordance with accepted industry standards and LPI, UL, NFPA, and NEC code requirements. PART 2 PRODUCTS 2.01 GENERAL A. All materials shall be copper and bronze and of the size, weight, and construction to suit the application. Bolt type connectors and splicers shall be suitable for use on Class I structures. Pressure squeeze clamps are not acceptable. All mounting hardware shall be stainless steel to prevent corrosion. B. The system shall consist of a complete system and shall include connectors, splicers, bonds, copper down leads, and proper ground terminals. 2.02 LIGHTNING PROTECTION DEVICES A. All equipment shall be Thompson Lightning Protection products or equal. Lightning protection devices shall be unobtrusive in appearance and shall be concealed as much as possible. Cable may be exposed inside the Elevated Tank Column. Structural steel may be utilized as permitted by UL, NFPA, and LPI. B. Down conductors shall be Thompson Lightning Protection #32 STRANDED, ground rods #TL3510. Ground rod connections shall be cadwelded. Provide cable holders #186X and #166 as necessary to support all downlead, and bonding cables at 3 feet on center maximum. Verify compatibility of any proposed adhesive with roofing system in use. Furnish all fittments and appurtenances as required for a complete installation. PART 3 EXECUTION 3.01 INSTALLATION A. Down conductors shall be placed at least 8 feet from the edge of the access platform. At the bottom elevation of the platform fasten a lead with a cast bonding copper connector over to a Y connection at the down conductor. WESTSIDE IV— 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Datc: March 2023 26 04 55 LIGHTING PROTECTION Page 3 of 3 B. Three down conductors shall be installed placed 120 degrees apart or as otherwise designed to meet the lightning protection requirements. Down conductors shall exit the interior of the concrete structure below grade to the ground rods. C. Each down conductor shall consist of not less than 28 wires of soft drawn copper being not less than 14 gauge and not less than 6 ounces per foot. D. Down conductors shall be fastened to the concrete structure with strap fasteners of at least 20-gauge copper, 1/2 inch width, and distance between fasteners shall not exceed 3 feet. E. Anchor 6 inches both sides of any change in direction of conductor. F. All equipment shall be installed in a neat, workmanlike manner. Work with other trades to insure a correct, neat, and unobtrusive installation. G. Place all down conductors no closer than 6 feet from any metal object in the interior of the concrete structure. H. Installation shall comply in all respects to LPI Code 175. Installation shall be made by or under supervision of an LPI Certified Master Installer. Completed installation shall receive system certification including submittal of Forms LIP-C1-01, LPI-C1-02, and LPI- C1-03. END OF SECTION WESTSIDE IV— 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 05 00 LIGHTING Page 1 of 1 SECTION 26 05 00 LIGHTING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install interior and exterior lighting as shown on the drawings. 1.02 APPLICATIONS A. Light fixtures shall be LED type and UL listed. 1.03 SUBMITTALS A. Process submittals for the following: 1. Lights as scheduled on the drawings 2. Obstruction light and accessories 3. Emergency Lighting Inverter 4. Poles for outdoor lights PART 2 PRODUCTS 2.01 LIGHT FIXTURES A. Light fixtures shall be as scheduled on the drawings. 2.02 MISCELLANEOUS A. Emergency lighting inverters shall have sine wave output and battery backup. Furnish unit as called for on the drawings. Provide optional alarm contact board and terminals. B. Obstruction light shall be as scheduled on the drawings. Provide transfer relay module and photocell. Obstruction light shall comply with FAA requirements. PART 3 EXECUTION 3.01 INSTALLATION A. Furnish and install and test lighting system per manufacturer's recommendations. END OF SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 260910-1 INSTRUMENTATION Page 1 of 4 SECTION 26 09 10 INSTRUMENTATION PART 1 - GENERAL 1.01 SUMMARY A. This section covers the general requirements for the instrumentation. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays, din connectors, or terminals to interface with other Sections of these Specifications, shall be included. 1.02 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: Qualified with at least 5 years of successful installation experience on projects with work similar to that required for this project. C. NEC Compliance: Comply with the National Electrical Code, NFPA 70, as applicable to wiring and other electrical construction of the unit. D. UL Compliance: Provide components with UL listing and labeling for applicable UL categories. Custom panels, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A (UL Industrial Control Panel) label. E. Provide complete unit and installation to conform with NFPA-90A. F. Integrators & PLC Programmers: Approved City of Fort Worth Integrators: 1. RLC Controls, McKinney, Texas 2. Prime Controls, Lewisville, Texas 3. Gupta & Associates, Inc., Dallas, Texas 4. Signature Automation, Dallas, Texas 1.03 SUBMITTALS A. Submit catalog literature, specification material and installation and operation manual for each instrument and device specified herein. B. Submit outline and dimensional drawings and wiring diagrams to Engineer for review. C. Submit shop drawings for including wiring and dimensional outlines. Shop drawings shall include ISA loop drawings. Loop drawings shall include all device terminal numbers and wire numbers. D. Submit register mapping and documented program code for review. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 260910-2 INSTRUMENTATION Page 2 of 4 1.04 SYSTEM RESPONSIBILITY The contractor shall assume complete "SYSTEM RESPONSIBILITY" for the instrumentation system. "System Responsibility" shall mean that the Contractor is responsible for the overall operation, satisfactory performance, and integration of the individual components into the whole system so that the entire system functions in whole and in its parts as intended by the Contract Documents. PART 2 - PRODUCTS 2.01 REMOTE TERMINAL UNIT (RTU) A. Provide enclosure with equipment as indicated on the drawings. The equipment shall include Modicon M340 PLC, I/O modules, licensed 928/952 licensed radio, antenna, and antenna cable and associated 12 vdc and 24 vdc power supplies. All other equipment and devices shall be furnished as indicated on the drawings. The HSQ interface module will be furnished by the City and mounted by the contractor. B. Furnish and install wire and tag for I/O shown on the RTU I/O Schedule. Submit wiring diagram including polarity tags of do loops of I/O to be connected to RTU. C. Provide surge suppressor on 120 vac power, control relay for loss of power indication and intrusion switch on enclosure. D. The City will program the HSQ HMI (Human Machine Interface) top end at the City's Holly Water Treatment Plant SCADA Building to poll the M340 PLC at the elevated tank for data. Program M340 to provide I/O point data to the HSQ SCADA system. Program code shall be in function block, no other format is acceptable. Coordinate tag names and register addressing with the City's SCADA personnel. E. All activities for SCADA work must be coordinated though water production Division staff in advance. Contact Tim Allen, Fort Worth Water Production (817-925-7236). 2.02 ELEVATED STORAGE TANK LEVEL (PRESSURE) TRANSMITTERS A. The Elevated Tank level transmitter shall be loop powered pressure transmitter installed at the location as shown on the plans and in accordance with the manufacturer's recommendations. The transmitter shall incorporate an integral LCD digital display reading in engineering units. The pressure and level transmitters shall be provided with a 1/4-inch MNPT and 1/4-inch FNPT pressure connection of 316L stainless steel with a ceramic measuring diaphragm. The pressure and level transmitters shall have an accuracy of 0.2% with a 10:1 turndown and zero adjustability of —10 to +100%. The transmitters shall be field programmable using integral pushbuttons as well as a HART hand held programmer. The pressure transmitters shall be provided with a stainless steel mounting bracket and bleed and block manifold valve for ease of calibration. The level and pressure transmitters shall be a Rosemount 2051 with a bleed and block valve manifold. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 260910-3 INSTRUMENTATION Page 3 of 4 B. The transmitters shall incorporate an integral LCD digital display reading in engineering units. The transmitters shall be provided with a 'A -inch MNPT and'/ -inch FNPT pressure connection of 316L stainless steel with a ceramic measuring diaphragm. The transmitter electronics enclosure shall be epoxy coated cast aluminum with a 1/2-FNPT conduit entry and glass viewing window for the integral LCD display and shall be suitable for NEMA 4X operation. The transmitter shall be field programmable using integral pushbuttons as well as a HART hand held programmer. The pressure transmitter shall be provided with a pressure range suitable for the intended line pressure. The pressure transmitter shall include transient protector. C. One level transmitter shall measure pressure before the modulating valve and the other shall measure after the modulating valve. The pressure transmitter after the modulating valve shall be for measuring bowl level. The pressure of the fill line shall be suppressed such the 4-20 mA signal represents 0 - 35' of head range in the bowl. D. Furnish one (1) hand held programmer to the City for maintaining the new pressure transmitter. 2.03 RADAR LEVEL TRANSMITTER A. Furnish one radar level transmitter for the elevated tank. Unit shall be used for measuring the level in the bowl. Unit shall have a range of 0 to 40', reference drawings for mounting and installation. Furnish an Endress+Hauser Micropilot FMR20 series radar level transmitter. 2.04 CHLORINE ANALYZER A. Chlorine analyzer shall be Prominent Dulcometer type DMTa Transmitter. Furnish monitor, sensor holder, total chlorine sensor, and regulator. 2.05 MISCELLANEOUS A. Furnish intrusion detection devices for equipment, and hatches panels to be located as indicated in the drawings. Intrusion Detectors shall be Class 9007 heavy duty limit switches by Square-D, stainless steel proximity switches by Top Worx. PART 3 - EXECUTION 3.01 INSTALLATION GENERAL A. Permanently mount the instruments, and all required appurtenances in accordance with manufacturer's requirements. All work shall be done in accordance with industry standards, the NEC, ISA recommendations and in a workmanship like manner. B. Calibrate, and test all instruments. C. Certify that all instrument installations and calibrations are done in accordance with ISA and the manufacturer's recommendations. D. Provide completed ISA calibration sheets for all new instruments provided. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 260910-4 INSTRUMENTATION Page 4 of 4 E. All surge suppression devices shall be grounded with minimum #8 ground wire. F. Provide a factory test for the PLC panel. Factory test shall be witnessed by the Owner and Engineer. Provide 10 day notice of the test date. Provide documentation of test and final register mapping and documented program code. 3.02 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on the instrumentation equipment. These manuals shall include detailed instructions, periodic calibration requirements and maintenance, as well as recommended spare parts lists. B. Submit electronic pdf copies for review. LAST PAGE OF THIS SECTION WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 26 09 20 RADIO SYSTEMS PART 1 GENERAL 1.01 SCOPE 26 09 20 RADIO SYSTEMS Page 1 of 3 A. This section covers radio systems, antenna, and antenna cable. Furnish and install all equipment and materials as shown on the drawings and specified herein. Work shall include all necessary materials, equipment, labor, and services. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays din connectors, or terminals to interface with other Sections of these Specifications, shall be included. 1.02 QUALITY ASSURANCE A. Comply with Section 26 09 10. 1.03 RELATED WORK A. Section 26 09 10, Instrumentation 1.04 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Antennas 2. Antenna cable and accessories 3. Radios 4. Antenna towers PART 2 PRODUCTS 2.01 RADIOS A. Radio shall be licensed 928 Mhz 5 watt licensed radio to match radios in the system. B. Furnish new radio for the new elevated tank and one spare. Radios shall be Microwave Data Systems Orbit. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 26 09 20 RADIO SYSTEMS Page 2 of 3 2.02 DIRECTIONAL ANTENNAS A. Antenna shall be Yagi type. Antenna shall have 10 dBi gain and shall be vertically polarized. B. Directional antenna shall be Cushcraft PC9010N or approved equal. 2.03 ANTENNA CABLE AND ACCESSORIES A. Antenna cable shall be 1/2" TIMES MICROWAVE #LMR400 coaxial cable. B. Each antenna cable shall be grounded outside of the PLC enclosure with a TIMES MICROWAVE Products # GK-S400TT series grounding strap kit. C. Connectors shall be N type, TIMES MICROWAVE EZ-400-NMH-X. D. Each antenna cable shall have a Polyphasor PCTEL BWS07 grounded surge arrestor at the bottom of the RTU or radio enclosure. E. Furnish 1/2" foam superflex, Andrew #FSJ4-50A for final connections to antenna and radio and where indicated on the drawings. Superflex shall have factory installed connectors. 2.04 ANTENNA SUPPORTS A. Furnish a new Rhone 45 G tower with accessories as shown on the drawings. PART 3 EXECUTION 3.01 ANTENNA INSTALLATION A. The radio shall be installed in the same panel as the PLC. Mount the antenna where indicated on the drawings. 3.02 ANTENNA AND CABLE INSTALLATION A. Weatherproof all outdoor connectors with shrink tubing. Carefully inspect installed cable for nicks and kinks. B. Check VSWR (voltage standing wave ratio) after installation and submit test results to engineer for review. Run radio manufacturers diagnostics software and verify operation. Sweep the radio antenna cable and antenna with RF Cable & Antenna analyzer and document the cable length, losses and all characteristics and provide documentation of testing and commissioning in O&M manual. WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 END OF SECTION 26 09 20 RADIO SYSTEMS Page 3 of 3 WESTSIDE IV — 1.5 MG ELEVATED STORAGE TANK CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 31 10 00 SITE CLEARING PART 1- GENERAL 1.1 SUMMARY 31 10 00 - 1 SITE CLEARING Page 1 of 6 A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b. 2. Added 1.2.A.1.c. 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 02 41 14 — Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum, square yard, or per acre. b. Unit Price Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum, square yard, or per acre price bid for "Site Clearing". c. Lump Sum Payment 1) The work performed and materials furnished in accordance with this Item are included in the total lump sum price. d. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions (unless separate bid item is provided under 02 41 13 "Selective Site Demolition" or 02 41 14 "Utility Removal/Abandonments"). 3) Removal and disposal of trees under 6-inches in diameter when bidding by lump sum or square yard. 4) Removal of ALL trees when bidding by acre. 5) Backfilling of holes 6) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22,2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 10 00 -2 SITE CLEARING Page 2 of 6 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by lump sum or square yard) a. Measurement 1) Measurement for this Item shall be per each. 2) Measurement of diameter for tree removal shall be at standard "Diameter at Breast Height" or DBH, where Breast Height shall be 54" above grade. 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: 1) 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 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: 1) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work barriers as designated on Construction Drawings 3) Maintenance of protection measures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 311000-3 SITE CLEARING Page 3 of 6 6) Fertilization 7) Mulching 8) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. PARD-Forestry details can be found here: Forestry — Welcome to the City of Fort Worth (fortworthtexas.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. gov). Preinstallation Meetings 2. Hold a preliminary site clearing meeting and include the Contractor, City Forester (if City owned tree) or representative of Urban Forestry (if privately owned tree), 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. 3. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 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 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 A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 10 00 -4 SITE CLEARING Page 4 of 6 B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. 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-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 'h 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 is 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 1. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 10 00 - 5 SITE CLEARING Page 5 of 6 g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 10 00 -6 SITE CLEARING Page 6 of 6 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 1.4.A Permits: Removed ordinance number and added City's website address 3/22/2021 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 31 23 16 UNCLASSIFIED EXCAVATION PART 1- GENERAL 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 1 of 5 1.1 SUMMARY A. Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on -site materials B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.2.A.1 2. Modified 1.2.A.2.a 3. Added 1.2.A.2.b 4. Deleted 1.2.A.3 5. Deleted 1.2.A.4 6. Modified 1.10.A.1 7. Modified 1.10.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 23 23 — Borrow 4. Section 31 24 00 — Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Unclassified Excavation 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. Unit Price - 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. b. Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 3- Excavation by Plan Quantity aMeastifeifiefit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. I03292-1 Project Date: March 2023 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 -1-) Measurement for this Item shall be by the cubic yard in its final position using the average end ar a method. Limits of measurement are shown on the Drawings. 23 Unit Price When measwed by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.O.1 of the General Conditions. Additional m asurements or calculations will be made if adjustments of quantities are required. b Payment 4} Unit Price The work performed and materials furnished in accordance with I.T.. ad itiona , c"+i„n . ,ill be allow. for rock o Ghrinkage/�we1 2-} Lump Sum Price The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. e The price bid shall include: 4} Excavation 2-} Excavation Safety 3 Drying 4} Dust Control .) Reworking or replacing the over excavated material in rock cuts 63 Hauling 23 Disposal of excess material not used elsewhere onsitc 4} Scarification -} Clean up 4 Excavation by Surveyed Quantity a- Measurement T] 7 1 Measurement for this Item shall be by the cubic . "rd i its Final p sition calculated using the average end area or composite method. a) The City will perform a reference survey once the Site has been cleared to obtain existing greend conditions. b) The City will perform a final post construction survey. e3 The Contractor will be paid for the cubic yardage of Excavated material calculated as the difference between the two surveys. d} Partial payments will be based on estimated plan quantity measurements calculated by the Engineer. b Payment 4) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Unclassified Excavation by Survey". e The price bid shall include: 4-) Excavation 2-} Excavation Safety 3 Drying 4} Dust Control .) Reworking or replacing the over excavated material in rock cuts 63 Hauling 23 Disposal of excess material not used elsewhere onsitc CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 23 16 -3 UNCLASSIFIED EXCAVATION Page 3 of 5 ,) Scarification 9) Clean up 1.3 REFERENCES [NOT USED] A. Definitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the City and the Contractor's information and is not to be taken as a classification of the excavation. 1.4 ADMINSTRATIVE REQUIREMENTS A. The Contractor will provide the City with a Disposal Letter in accordance to Division 01 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 A. Excavation Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may NOT be stored within existing ROW, but may be stored within easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways, or passa:;e of traffic within adjacent to the Site. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 23 16 -4 UNCLASSIFIED EXCAVATION Page 4 of 5 c. Provide erosion control in accordance with Section 31 25 00. d. ❑o not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions I. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will he responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials i . Unacceptable Fill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess material and dispose of material off -site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgradc caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTS[DE IV — l .5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 23 16 - 5 UNCLASSIFIED EXCAVATION Page 5 of 5 1. Excavate to finish grades. 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 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 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2— Modified Bid Item names in payment section to differentiate between Payment Methods on bid Iist. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 31 23 23 BORROW PART 1 - GENERAL 1.1 SUMMARY 312323-1 BORROW Page 1 of 6 A. Section Includes: 1. Furnish, place and compact Borrow material for grading. B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.2.A.1 2. Deleted 1.2.A.2 3. Deleted 1.2.A.3 4. Deleted 1.2.A.4 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 23 16 — Unclassified Excavation 4. Section 31 24 00 — Embankments 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Borrow a. Measurement 1) This Item is considered subsidiary to the structure or Items being placed. b. Payment 1) Unit Price - 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. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 2 w Borroby Plan Qu tity a. Measurement the Drawings. 2) U t Priee---\3hen easure the-eubiy�ard i s-#gin-po io s--a show., iti the p al n1ess m e li fed by n rticle i i 01 fthe Ge r.,l r na•t• nddit l t l l ti ll b a if b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTS1DE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312323-2 BORROW Page 2 of 6 1) lit -price The work performed and -materials furnished in accordance vvirow materi is ATE, additional , e ati. will bo allowed f rock . shrinkage/swell factors, as these are the Contractor's responsibility. 2) Lump Sum Price The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Transporting or hauling material 2) Furnishing, placing, compacting and finishing Borrow 3) Construction Water /1) Dust Control 5) Clean up 6) Proof Rolling 7) Disposal of excess or waste material 8) Reworking or replacement of undercut material a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position calculated using the average end area or composite mcthod. Tt,c City will perf ,-.,, a rof e tho S to i,as boon cleared b) The City will perform a final post construction survey. ,ill be paid for the cubic yar age oFBorro material calculated as the difference between the two surveys. ,ill be based „ ostimated plan g ant_iib_, measurements calculated by the Engineer. 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 priee_bid p „bic , ara o fy"f a) Various Borrow materials c. The price bid shall include: 1) Transporting or hauling material 2) Furnishing, placing, compacting and finishing Borrow 3) Construction Water /1) Clean up 5) Dust Control 6) Proof Rolling 7) Disposal of excess or waste material 8) v ewor ing , plaee rt f unde,-cut--n aterial /I. Borrow by Delivered Quantity a. Measurement 1) Measurement for this Item shall be by the cubic yard of loose Borrow material as delivered to the Site and recorded by truck ticket provided to the b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312323-3 BORROW Page 3 of 6 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 cubic yard of "Borrow by Delivery" delivered to the Site and -.le.l by truck ticket- f ,.. c. The price bid shall include: 1) Tran3porting hauling material 3) Construction Water '1) Cl an up 5) Dust Control 6) Proof Rolling 7) Disposal of excess or waste material 8) Reworking place.. cnt of un.lercut m ateri.,l 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 Standards a. ASTM D2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils c. ASTM D6913, Standard Test Methods for Particle -Size Distribution (Gradation) of Soils Using Sieve Analysis d. ASTM D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. C. Submit laboratory tests reports for each soil borrow source used to supply general borrow and select fill materials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Stockpiled Borrow material a. Provide a description of the storage of the delivered Borrow material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 23 23 -4 BORROW Page 4 of 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1,9 QUALITY ASSURANCE A. Borrow material shall be tested prior to delivery to the Site. 1. Provide Proctor Test results, Gradation and Atterbcrg Limits for Borrow material from each source. a. All testing listed above shall be performed in terms of ASTM D698, ASTM D6913 and ASTM D4318-10 respectively. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate all deliveries and haul -off B. Storage 1, Within Existing Rights -of -Way (ROW) a. Borrow materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas, 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of Borrow materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property, c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone, 1.11 FIELD CONDITIONS [NOT USED] 1,12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISITYD [NOT IISEDJ 2.2 PRODUCT TYPES AND MATERIALS A. Borrow 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. 2. Acceptable Fill Material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103242-1 Project Date: March 2023 312323-5 BORROW Page 5 of 6 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 3. Blended Fill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported Acceptable Fill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 5. Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type I/II portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh -batch or continuous mixing plant 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All Borrow placement shall be performed in accordance to Section 31 24 00. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field quality control will be performed in accordance to Section 31 24 00. 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312323-6 BORROW Page 6 of 6 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 1,2 - Measurement and Payment Section modified; Blue Text added for clarification 1128113 D Johnson 1.2 - Modified Bid Item names in payment section to differentiate between Payment Methods an bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 2S, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292- t Project Date: March 2023 312400-1 EMBANKMENTS SECTION 31 24 00 EMBANKMENTS PART 1 - GENERAL Page 1 of 9 1.1 SUMMARY A. Section Includes: 1. Transporting and placement of Acceptable Fill Material within the boundaries of the Site for construction of: a. Roadways b. Embankments c. Drainage Channels d. Site Grading e. Any other operation involving the placement of on -site materials B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.2.A.1 2. Deleted 1.2.A.2 3. Deleted 1.2.A.3 4. Modified 3.7.A.1 5. Modified 3.7.A.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 31 23 16 — Unclassified Excavation 4. Section 31 23 23 — Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Embankments a. Measurement 1) This Item is considered subsidiary to the structure or Items being placed. b. Payment 1) Unit Price - 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. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 2 E...-.ban ments by Plan uantity Me „t 1) Measurement for this ..,.. Itesh.,l7 be by the cubic y ar.i its f..a1 sitio.. z the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-2 EMBANKMENTS Page 2 of 9 plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.01 of the General Conditions A d itio«al f nts a ..lculations will be m...le ;f adjustments of quantities arc required. b. Payment for at the unit price bid per cubic yard of "Embankment by Plan". No additional compensation will be allowed for rock or shrinkage/swell factors, a^these a tl,e Contractor's re sibility 2) Lump Sum Price The work performed and materials furnished in aeeerdefiee_wittF tl}is It�}eziS G�e er easuroment , will be included in the tetal lump sum price. e. The price -bid shall include: 1) Transporting or hauling material 2) Placing, co , 3) Construction Water 1) Dust Control 5) Clean up 6) Proof Rolling 7) Disposal of excess materials 3. Embankments by Surveyed Quantity a. Measurement calculated using the average end area or composite method. to obtain existing ground conditions. b) The City will perform a final post construction survey. c) The Contractor will be paid for the cubic yardage of Embankment calculated as the difference between the two surveys. d) Partial n ents will be based e estimated_pla., (. antity measurements calculated by the Engineer. b. Payment -1--)--The-werk-peffennefl-and-matefials-fufnisheel-in-aeeer-Elanee-with-this-Item and mcasur e easurement" will be paid f r at the ,nit price bid per cubic yard of "Embankment by Survey". c. The price bid shall include: 2) Placing, cempaetingr 3) Construction Water /1) Dust Control 5) Clean up 6) Proof Rolling 7) Disposal of excess materials 8) Re rki nl a ent f undercut m :.te. i :l 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-3 EMBANKMENTS Page 3 of 9 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, and Plasticity Index of Soils b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the Wax Method c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit Weight and Water Content Range for Effective Compaction of Granular Soils Using a Vibrating Hammer f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place by the Sand Cone Method 1.4 ADMINSTRATIVE REQUIREMENTS A. Sequencing 1. Sequence work such that calls of proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Stockpiled material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way or the easement 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-4 EMBANKMENTS Page 4 of 9 e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Acceptable Fill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 2. Blended Fill Material a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 3. Unacceptable Fill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 4. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-5 EMBANKMENTS Page 5 of 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 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 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct embankments in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipment specifically designed for tree pruning or trimming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan 3.4 INSTALLATION A. Embankments General 1. Placing and Compacting Embankment Material a. Perform fill operation in an orderly and systematic manner using equipment in proper sequence to meet the compaction requirements b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-6 EMBANKMENTS Page 6 of 9 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other deleterious materials d. Bench slopes before placing material. e. Begin filling in the lowest section or the toe of the work area f. When fill is placed directly or upon older fill, remove debris and any loose material and proof roll existing surface. g. After spreading the loose lifts to the required thickness and adjusting its moisture content as necessary, simultaneously recompact scarified material with the placed embankment material. h. Roll with sufficient number passes to achieve the minimum required compaction. i. Provide water sprinkled as necessary to achieve required moisture levels for specified compaction j. Do not add additional lifts until the entire previous lift is properly compacted. 2. Surface Water Control a. Grade surface horizontally but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point. b. Conduct fills so that no obstruction to drainage from any other sections of fill is created. c. Install temporary dewatering sumps in low areas during filling where excess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows that would prevent proper uniform compaction. e. Do not place fill during or shortly after rain events which prevent proper work placement of the material and compaction f. Prior to resuming compaction operations, remove muddy material off the surface to expose firm and compacted materials B. Embankments for Roads 1. Only Acceptable Fill Material will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the finished grade of the street 3. Construct generally to conform to the cross section of the subgrade section as shown in the Drawings. 4. Establish grade and shape to the typical sections shown on the Drawings 5. Maintain finished sections of embankment to the grade and compaction requirements until the project is accepted. C. Earth Embankments 1. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rock or Concrete a. Obtain approval from the City prior to incorporating rock and broken concrete produced by the construction project in the lower layers of the embankment. b. No Rock or Concrete will be permitted in embankments in any location where future utilities are anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-7 EMBANKMENTS Page 7 of 9 c. When the size of approved rock or broken concrete exceeds the layer thickness place the rock and concrete outside the limits of the proposed structure or pavement. Cut and remove all exposed reinforcing steel from the broken concrete. 3. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to ensure there are no abrupt changes in the material. 5. Break down clods or lumps of material and mix embankment until a uniform material is attained. D. Rock Embankments 1. Rock embankment is mainly composed of rock. 2. Rock Embankments for roadways are only allowed when specifically designated on the Drawings. 3. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18-inches or less. 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. 5. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. 6. Do not place rock greater than 18-inches in its maximum dimension. 7. Construct the final layer with graded material so that the density and uniformity is in accordance compaction requirements. 8. The upper or final layer of rock embankments shall contain no material larger than 4 inches in their maximum dimension. E. Density 1. Compact each layer until the maximum dry density as determined by ASTM D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, not beneath any structure, pavement, flatwork, or is a minimum of lfoot outside of the edge of any structure, edge of pavement, or back of curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under future paving: 1) Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings c. Embankments under structures: 1) Compacted each layer as indicated on the Drawings F. Maintenance of Moisture and Reworking 1. Maintain the density and moisture content once all requirements are met. 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 percentage points below optimum. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-8 EMBANKMENTS Page 8 of 9 3. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. 4. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed by the City. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUAILITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Perform Proctors in accordance with ASTM D698. b. Test results will generally should 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. 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. Embankments where different soil types are present and are blended, the proctors shall be based on the mixture of those soils. 2. Proof Rolling a. Embankments under Future Pavement 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. 6) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform 7) If a non -uniform area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. 3. Density Testing of Embankments a. Density Test shall be in conformance with ASTM D2922. b. For Embankments under future pavement: 1) The City will pow rm Perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. 3) Testing shall be representative of the current lift being compacted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312400-9 EMBANKMENTS Page 9 of 9 4) Special attention should be placed on edge conditions. c. For Embankments not under future pavement or structures: 1) The City will perform Perform density testing once working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests. 3) Testing shall be representative of the current lift being compacted. d. Make the area where the embankment is being placed available for testing. e. The City will determine the location of the test. f. The City testing lab will provide results to Contractor and the City's Inspector Provide results to the City upon completion of testing. g. Post a formal report will -be -posted to the City's Buzzsaw site within 48 hours. h. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. 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 1.2 — Added possible measurement and payment procedures and Blue text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312500-1 EROSION AND SEDIMENT CONTROL SECTION 31 25 00 EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY Page 1 of 9 A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices, and establishment of final stabilization. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 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. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lump sum price. c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 6) Removal 7) Obtaining and/or complying with grading and/or fill permits, if required 8) Final stabilization 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 Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) F. Grading and/or fill permit, if required 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 inches x 3 I/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and comers 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 D. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. E. Sandbags CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabnc with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent F. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." h. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1 /2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire rnesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at !cast 314 inch wide and legs 1/2 inch long. 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. Storm Water Pollution Prevention Plan CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29. 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO, 103292-1 Project Date: March 2023 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR15O00O requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR 150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter darn 2) Top Width - At least 2 feet 3) Slopes At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop --double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking arca, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV • 1.5 MG EST CITY PROJECT NO. 103292-i Project Date: March 2023 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 2) Remove sediment from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 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. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. C. Once vegetative cover is achieved, the contractor shall remove all temporary control measures, before final project acceptance. It is the contractor's responsibility to remove all temporary control measures, unless transfer of maintenance and subsequent removal is transferred to another entity in writing. D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of the NOT to the City of Fort Worth"s Environmental Quality Division, if required. E. Complete and submit a Final Grading Certificate to Development Services, if required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE April 29, 2021 M. Owen 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.2 Revised language under product types/materials, 3.4 Revised language under "Installation", and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 29, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 31 37 00 RIPRAP PART 1- GENERAL 1.1 SUMMARY 31 37 00 - 1 RIPRAP Page 1 of 10 A. Section Includes: 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Modified 1.2.A.2.a 3. Added 1.2.A.2.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1 Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. Unit Price - 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. b. Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 37 00-2 RIPRAP Page 2 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 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 CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings. B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 37 00-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Rinran Gradation Requirements Thickness Maximum Size (lb.) 90 percent Size' (lb.) 50& Size' (lb.) 8 percent Size, Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 313700-4 RIPRAP Page 4 of 10 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 313700-5 RIPRAP Page 5of10 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 313700-6 RIPRAP Page 6 of 10 b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat - surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth - raked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 5. Obtain the desired distribution of the various sizes of stones selective loading of material at the quarry or other source or placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by obtain a reasonably well -graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 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 Figure 1 - riprap, dry or 9" min .o Grout when tr. specified CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 313700-7 RIPRAP Page 7 of 10 throughout the mass by by other methods of hand if necessary to • Slope of embankment Upright axes of stone perpendicular to slope Large stone grouted. WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 9" min Grout when specified Flat side up Slope of embankment i-6" min Figure 2 Medium stone riprap, dry or grouted. Mortar when specified Slope of embankment Figure 3 - E 1'-6" min stone riprap, mortared. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 • 31 3700-8 RIPRAP Page 8 of 10 Medium WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 Grout when specified Multiple layers rock (more than one depth) � �,�. '40.TOP 1°' 1.411143 'o e 1'-6" min A Slope of embankment Figure 4 Block stone riprap, dry or grouted. Slope of embankment Filter fabric 2 times thickness min Figure 5 - Slab stone riprap END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 31 3700-9 It WRAP Page 9 of 10 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 31 37 00 - 10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. — defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321123-1 FLEXIBLE BASE COURSES Page I of 7 SECTION 32 11 23 FLEXIBLE BASE COURSES PART 1- GENERAL 1.1 SUMMARY 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. Modified 1.2.A.2.a 2. Added 1.2.A.2.b 3. Modified 3.7.A C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1 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. Unit Price - 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. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinlding f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 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. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. 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-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball 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] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of unifoiiii 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 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. Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) Tex-110-E 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in. 10-35 — 3/8 in. 30-50 — No. 4 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.2 Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification; Tex-1 17-E 1.0 1.1-2.3 Min. compressive strength3, psi lateral pressure 0 psi lateral pressure 15 psi 45 175 35 175 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-411-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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 11 23 - 4 FLEXIBLE BASE COURSES Page 4 of 7 b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 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 subgrade 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 3/4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 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. f. 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 least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) 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 1/4 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. e. 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 1/4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321123-7 FLEXIBLE BASE 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 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. Measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum) c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 3213 13 CONCRETE PAVING PART 1- GENERAL 1.1 SUMMARY 321313-1 CONCRETE PAVING Page 1 of 22 A. Section includes: 1. Finished pavement constructed of portland cement concrete including monolithically poured curb on the prepared subgrade or other base course. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Added 1.2.A.2.b 3. Modified 3.7.B.1 4. Modified 3.7.0 5. Modified 3.7.D C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 01 29 - Concrete Paving Repair 4. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement 1. Measurement a. Measurement for this Item shall be by the square yard of completed and accepted Concrete Pavement in its final position as measured from back of curb for various: 1) Classes 2) Thicknesses 2. Payment a. Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per square yard of Concrete Pavement. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 3. The price bid shall include: a. Shaping and fine grading the placement area b. Furnishing and applying all water required c. Furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royalty involved d. Mixing, placing, finishing and curing all concrete e. Furnishing and installing all reinforcing steel CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 321313-2 CONCRETE PAVING Page 2 of 22 f. 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 material in the proper position; for coating steel bars where required by the Drawings g. Sealing joints h. Monolithically poured curb i. Cleanup 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. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C150, Portland Cement h. C 156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO, 103292-1 Project Date: March 2023 321313-3 CONCRETE PAVING Page 3 of 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2.4.A. 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 1. Place concrete when concrete temperature is between 40°F and 95°F when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Concrete paving operations shall be approved by the City project manager or designee when the concrete temperature exceeds 95°F. b. Concrete shall not be placed when concrete temperature is above 100°F under any circumstances. 3. Cold Weather Concreting a. No concrete shall be placed when ambient temp in shade and away from artificial heat is below 40°F and falling. Concrete may be placed when ambient temp is above 35°F and rising. Unless the City project manager or designee approves paving to continue, suspend concreting operations if a descending air temperature in the shade and away from artificial heat falls below 40°F. Do not resume concreting operations until an ascending air temperature in the shade and away from artificial heat reaches 35°F and rising. Contractor should take all the precautions necessary to prevent freezing of concrete. Frozen concrete must be removed and replaced. 4. It is to be distinctly understood that the contractor is responsible for the quality and strength of the concrete placed under any weather conditions. B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV —1.5 MG EST CITY PROTECT NO. 103292-1 Project Date: March 2023 32 13 13 - 4 CONCRETE PAVING Page 4 of 22 C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air -Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 -5 CONCRETE PAVING Page 5 of 22 SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 -6 CONCRETE PAVING Page 6 of 22 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials 1. Membrane -Forming Compounds. a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture -impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane -forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 4.01-oa.-per-2 inches of surface. 2.3 ACCESSORIES [NOT USED' 2,4 SOURCE QUALITY CONTROL A. Mix Design 1. Concrete Mix Design and Control a. The City has a pre -approved list of concrete mix designs. The pre -approved list can be found on the City website under Project Resources Folder. These nix designs meet the requirements of applicable City specifications and the Contractor may use mix designs from the list without the need for review and approval. The contractor shall notify the City in writing which mix in the pre - approved list the contractor uses for a project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO, 103292-1 Project Date: March 2023 321313-7 CONCRETE PAVING Page 7 of 22 b. For a mix design not included in the pre -approved list, the Contractor shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component at least 10 calendar days prior to the start of concrete paving operations. c. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following information: 1) Design Requirements and Design Summary 2) Material source 3) Dry weight of cement/cubic yard and type 4) Dry weight of fly ash/cubic yard and type, if used 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6) Design water/cubic yard 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8) Current strength tests or strength tests in accordance with ACI 318 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests 10) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of fine and coarse aggregates 12) L.A. Abrasion of coarse aggregates d. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. e. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when removed from the mixer e) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321313-5 CONCRETE PAVING Page S of 22 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall famish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of the concrete produced. R) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class I) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321313-9 CONCRETE PAVING Page 9 of 22 Standard Classes of Pavement Concrete Class of Concrete' Minimum Cementitious, Lb./CY 28 Day Min. Compressive, Strength2 psi Maximum Water/ Cementitious, Ratio Course Aggregate Maximum Size inch General Usage (Informational Only) A 470 3000 0.58 1-1/2 Sidewalks and ADA ramps, driveways, curb & gutter, median pavement CIP 470 3000 0.50 1-1/2 Inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations C 517 3600 0.45 1-1/2 Headwalls, wingwalls, culverts, drilled shafts P 517 3600 0.45 1-1/2 Machine placed Paving H 564 4500 0.45 1-1/2 Hand Placed Paving HES 564 4500 0.45 1-1/2 HES Paving S 564 4000 0.45 1-1/2 Bridgeslabs, top slabs of direct traffic culverts, approach slabs 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. a) Concrete Sidewalks and Curb & Gutter: Class A b) Cast -In -Place Concrete Structures: Class CIP and Class C c) Machine -Laid concrete: Class P d) Hand -Laid concrete: Class H e) Structural Concrete: Class S f) High Early Strength Concrete (HES) (1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321313 -10 CONCRETE PAVING Page 10 of22 (2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. c. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement and Related Concrete Slump Requirements Add classes of concrete Concrete Use Recommended Design and Placement Slump, (Inch) Maximum Acceptable Placement Slump, (Inch) Slip-Form/Form-Riding Paving 1-1/2 1 — 3 Hand Formed Paving 4 3 — 5 Headwalls, wingwalls, culverts, inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations, slab, sidewalk, curb and gutter, concrete valley gutter and other miscellaneous concrete 4 3 — 5 Drilled shafts 6-1/2 5-1/2 — 7-1/2 2) No concrete shall be permitted with slump in excess of the maximums shown. 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 - 11 CONCRETE PAVING Page 11 of 22 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 32 13 13 - 12 CONCRETE PAVING Page 12 of 22 5) Name of purchaser 6) Specific designation of job (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the Contractor shall maintain the subgrade moisture and density in accordance with this Section. 11. In the event that rain or other conditions may have adversely affected the condition of the subgrade or base, additional tests may be required as directed by the City. D. Placing and Removing Forms 1. Placing Forms a. Forms for machine -laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 32 13 13 - 13 CONCRETE PAVING Page 13 of22 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case shall the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand -laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations shall be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms shall remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. d. Clean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bars 1. General a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free from rust in the form of loose or objectionable scale, and of the type, size and dimensions shown on the Drawings. c. Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each intersection dowel and load - transmission unit intersected. d. All bars shall be installed in their required position as shown on the Drawings. e. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices a. Provide standard reinforcement splices by lapping and tying ends. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321313 -14 CONCRETE PAVING Page 14 (022 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the Drawings. 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the Drawings and shall be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or finishing of the concrete. 4. Installation of Dowel Bars a. Install through the prcdrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps 1) Install cap to allow the bar to move not less than 1-1 /4 inch in either direction. 5. Tie Bar and Dowel Placement a. Place at mid -depth of the pavement slab, parallel to the surface. b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints I. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV 1.5 MG EST CII'y PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 - 15 CONCRETE PAVING Page 15 of 22 a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 321313-16 CONCRETE PAVING Page 16 of 22 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Section 32 13 73. G. Placing Concrete 1. Unless otherwise specified in the Drawings, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be rejected. Time begins when the water is added to the mixer. Temperature — Time Requirements Concrete Temperature (at point of placement) Max Time — minutes (no retarding agent) Max Time — minutes (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 - 17 CONCRETE PAVING Page 17 of 22 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging 1) The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the Drawings at the time the concrete begins to take its "set" and becomes non -workable. 2) All such work shall be left smooth and true to lines. 2. Hand a. Hand finishing permitted only in intersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the Drawings. c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing shall be as prescribed herein. I. Curing 1. The curing of concrete pavement shall be thorough and continuous throughout the entire curing period. 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 - I8 CONCRETE PAVING Page 18 of 22 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. 3.5 REPAIR A. Repair of concrete pavement concrete shall be consistent with the Drawings and as specified in Section 32 01 29. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Concrete Placement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I9, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 - 19 CONCRETE PAVING Page 19 of 22 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials l . Provide samples of all materials for testing the -City, unless otherwise specified in the special provisions or in the Drawings. 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the Contractor's expense at the same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test 1. Pavement thickness test shall be performed by a commercial testing laboratory approved by the City every 100 feet or fraction thereof in accordance with TxDOT Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall be at the discretion of the City. 2. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, core samples shall be taken at the contractor's expense to verify deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 3. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41— 0.50 60 percent 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 5. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 13 - 20 CONCRETE PAVING Page 20 of 22 7. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced with concrete of the thickness shown on the Drawings at the Contractor's sole expense. 8. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D. Pavement Strength Test 1. During the progress of the world provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested byhe-City in accordance with ASTM C31 and ASTM C39. 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor's expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent - Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 7. The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance Policy 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 32 13 13 - 21 CONCRETE PAVING Page 21 of 22 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. 3. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. a. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. b. If the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed -upon price if the City elects to do so. 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the City may hire an independent geotechnical engineer, acceptable to the Contractor, to perform testing and analysis to determine the cause of the cracking. The contractor shall pay 50 percent of the costs of the independent testing. Contractor shall provide one half of the estimated costs of the independent testing to be held by the City. 5. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. 6. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed -upon price as directed by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321313-22 CONCRETE PAVING Page 22 of 22 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 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D — Modified to clarify acceptable fly ash substitution in concrete paving 03/19/2021 Zelalem Arega/Doug Black 1.11.A — modified to clarify concrete placement temperature restrictions 2.4.A,B,D — to clarify concrete quality control process and requirements 3.7.0 & D — to modify and clarify the pavement strength test and change in pavement thickness measurement methodology 3.7.E — Modified to clarify cracked concrete acceptance policy CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 19, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 SECTION 3213 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks/mowstrips 2. Driveways 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.1 2. Modified 1.2.A.1.b.1 3. Added 1.2.A.1.b.2 4. Modified 1.2.A.2.b.1 5. Added 1.2.A.2.b.2 6. Modified 1.2.A.3.b.1 7. Added 1.2.A.3.b.2 8. Removed 1.2.A.4 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. b. c. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types Payment Unit Price - 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 foot of Concrete Sidewalk. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 1) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 13 20 - 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) a. Measurement 1) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb height at back of walk in its final position. b. Payment 1) Unit Price - 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 at the Back of Sidewalk. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials, including concrete and reinforcing steel 3) Excavation in back of "retaining" curb 4) Furnishing, placing, and compacting backfill 3. Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) Unit Price - 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 foot of Concrete Driveway. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Temporary asphalt transition at width shown on plans (typically 9 inches) when the pavement adjacent to the driveway will be improved 4. Barrier Free Ramps u. Measurement 1) Measurement f r tl.is Item ..hall 1 e per eeel B, rrier Free Damp eted and accepted for various: a) Types. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 c. The price bid shall include: 1) Excavating and preparing the subgradc lacing all materials 3) Curb Ramp .4) Landing and detectable warning surface show 0Yl the Drawings 5) Adjacent flares or side curb 6) Concrete gutter width along ramp opening B. Abbreviations and Acronyms 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation 1.3 1.4 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. C. 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. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) ADMINISTRATIVE REQUIREMENTS [NOT USED] SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — L5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Concrete' Minimum Ccmentitious, Lb./CY 28 Day Min. Compressive Strength2 psi Maximum Water/ Cementitious Ratio Course Aggregate Maximum Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. 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 Drawings. d. Include 2 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 where shown on the Drawings. 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. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 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 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 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 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. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. 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 shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from 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. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment.section. April 29, 2021 M Owen 1.2 A. 4.c. Revise Barrier Free Ramp — Payment Section CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321373-1 CONCRETE PAVING JOINT SEALANTS SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY Page 1 of 4 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. Modified 1.2.A.2.a 2. Added 1.2.A.2.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 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. Unit Price - The work performed and materials furnished in accordance with this Item are subsidiary to the various items being placed and no other compensation will be allowed, unless specifically specified on Drawings. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item are included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of4 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. 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.S 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 jNOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of4 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 joint. 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 be 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 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 SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 32 31 13 CHAIN LINK FENCE AND GATES PART 1- GENERAL 1.1 SUMMARY 323113-1 CHAIN LINK FENCE AND GATES Page 1 of 8 A. Section Includes: 1. Galvanized PVC coated chain link (non -security) fencing and accessories in accordance with the City's Zoning Ordinance. 2. Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within the project Site (i.e. parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.2.A.3.b.1 6. Added 1.2.A.3.b.2 7. Modified 2.2.B.1.b.2 S. Deleted 2.2.B.1.c 9. Modified 2.2.B.1. e.1 10. Added 2.2.B.1.f.1.c 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 8 1) Unit Price - 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 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various heights and various fabric materials and measured as provided under "Measurement" will be included in the total lump sum price. 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 a. Measurement 1) Measurement for this Item shall be by the linear foot of Wrought Iron Fence installed. b. Payment 1) Unit Price - 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. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various heights and measured as provided under "Measurement" will be included in the total lump sum price. 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) Unit Price - 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. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various heights and measured as provided under "Measurement" will be included in the total lump sum price c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 323113-3 CHAIN LINK FENCE AND GATES Page 3 of 8 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. Chain Link Fence Manufacturer's Institute (CLFMI) Product Manual, latest edition. 3. 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-668 Polyvinyl Chloride (PVC) -Coated Steel Chain Link Fence Fabric g. F-669 Standard Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence h. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework i. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures j. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS A. Shop drawings 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 - 1.12 [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 PVC 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 323113-4 CHAIN LINK FENCE AND GATES Page 4 01' 8 B. Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of galvanized steel with PVC coating. 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of Ealvanized steel with PVC cantina. 3) Post tops, rail end, ties and clips may be of galvanized steel with PVC coating. 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 (I) 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: Class 2B, consisting of Polyvinyl Chloride (PVC) extruded fused coating over zinc coated steel wire. Galvanized steel core wire shall have been coated with zinc by either the hot -dip or electrolytic process. Selvage shall be knuckled on top and bottom edges. _Galvanized, ASTM A 392, Class I, with not le m t i-1.2 ex. zinc Aluminum FabnQ 1) Fabric c) A STAR F 1 142 d) Furnish 1 piece fabric widtha, d. Steel Framing 1) Steel pipe - Type a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 ozift2 of coated surface area 2) Steel pipe - Type I1 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 ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film (2) internal coating Type B (a) Minimum 0.9 ozlft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG ES-1 CITY PROJECT NO. 103292-1 Project Date: March 2023 323113-5 CHAIN LINK FENCE AND GATES Page 5 of 8 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/ft2 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/ft2 of coated surface area e. Barbed Wire 1) 12 AWG wire, 6 strands, 3 inwards and 3 outwards, zinc coated steel with 4-point barbs at 4 inches C.C. f. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) All fence post caps, fence fittings, and incidentals shall be galvanized and PVC or polyester powder coated to match the fence fabric. Galvanize each f mctal :tem afd f.,i m tch 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 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing b) Pressed steel per ASTM F626 c) For connection of rail and brace to terminal posts 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 323113-6 CHAIN LINK FENCE AND GATES Page 6 of 8 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) Tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 pounds 10) Nuts and bolts are galvanized. 2. Wrought Iron Fence: specified per Drawings. 3. Steel Tube Fence: specified per Drawings. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 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 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. e. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 31 13 - 7 CHAIN LINK FENCE AND GATES Page 7 of 8 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. 8. 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 1. 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 of fence opposite fabric side for added security. 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 323113-8 CHAIN LINK FENCE AND GATES Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 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 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 329119-1 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS Page 1 of 3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS PART 1- GENERAL 1.1 SUMMARY 1. Section Includes: 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on the Drawings within the Roadway Right -of ways (Roadway ROW includes medians and parkways between the curb and property line. 2. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a. 2. Added 1.2.A.2.b. 3. 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 1. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 2. Payment a. Unit Price 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 cubic yard of in place/tamped Topsoil 2) All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUB_MITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 CITY PROJECT NO. 103292-1 Project Date: March 2023 32 91 19 -2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS Page 2 of 3 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 1. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stones larger than 1.0 inches b. Has a high resistance to erosion c. Is able to support plant growth 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets available upon request. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 percent passing No. 200 sieve 2. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation 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 1. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. CITY OF FORT WORTH WESTSIDE IV — 1.5 MG EST STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 CITY PROJECT NO. 103292-1 Project Date: March 2023 32 91 19 -3 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS Page 3 of 3 a. Minimum: 1/4 inch per foot b. Maximum:4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the right-of-ways grade must be set level with the top of the curb. 6. The design grade from the right-of-ways extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 2. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. a. Hand tamp or roll topsoilsurface (with hand tamper or landscaping roller or other accepted method) and finish a minimum of 5 feet from all flatwork. b. Ensure topsoil is free from objectionable material including subsoil, weeds, clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches c. No additional topsoil should be added within the critical root zone of trees. 3. Tamp the topsoil with a light roller or other suitable equipment. 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 3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 329213-1 NON-NATIVE SEEDING Page 1 of 8 SECTION 32 92 14 NON-NATIVE SEEDING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing grass seed as shown on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 — Site Clearing 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 5. Section 32 84 23 — Irrigation (if used) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread, complete in place for uniform vegetative coverage. b. Payment 1) Unit Price - 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 Seed placed for various installation methods. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various installation methods and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as described in section 3.3 Preparation 2) Furnishing and placing all Seed (until established complete in place) 3) Perform soil testing, if requirement is included on construction drawings, as directed by City 4) Furnishing and applying water Slurry and hydraulic mulching, if using method 5) Fertilizer, if required by City to be determined by soil test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 329213-2 NON-NATIVE SEEDING Page 2 of 8 6) Soil Retention Blanket, if required on construction drawings, as directed by City 7) Watering (until established) 8) Disposal of surplus materials off site or as directed by City 9) Weed Removal (until established) 10) Minimum mowing of two cycles, beginning forty-five (45) days from germination or when blade height it 4" or greater, whichever comes first 11) Mowing cycles shall be spaced a minimum often (10) days apart (until established) 2. Mowing a. Measurement 1) Measurement for this Item shall per each, beyond the minimum of two (2) mow cycles included in seeding price, as approved and directed by the City. b. Payment 1) Unit Price - 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. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Certifications, Samples and Documentation 1. As requested by the City, certificates and/or labels and samples of seed, fertilizer, compost, soil amendments and/or other materials, including a certificate from the vendor indicating seed is free from weeds. a. Seeds 1) Vendors' certification that seeds meet Texas State seed law including: a) Testing and labeling for pure live seed (PLS) b) Name and type of seed 2) All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3) All seed to be of the previous season's crop and the date on the container shall be within twelve (12) months of the seeding date. 2. All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the City. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Developer/contractor who plants material is responsible for the supervision of his crew, the site, and the maintenance of the material until the project is accepted by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 329213-3 NON-NATIVE SEEDING Page 3 of 8 1.10 DELIVERY, STORAGE, AND HANDLING A. Seed 1. Shall be Bermuda and/or Elbon Rye seed unless otherwise specified. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer, as determined by soil testing report provided to Contractor or as directed by City 1. Provide unopened bags labeled with the analysis. 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 3. Provide to City application rate for which fertilizer will be applied. 1.11 FIELD [SITE] CONDITIONS A. Grading of site and installation of topsoil must be approved by City prior to application of seed. 1.12 WARRANTY A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days from germination. B. Warranty Period: until job acceptance or through maintenance period, whichever is longer duration of time. C. Warrant seed against defects in product, installation and workmanship. 1. Exceptions include a. Vandalism caused by persons other than contractor or subcontractors of this project b. Improper watering or maintenance by persons other than contractor or subcontractors of this project c. Damage caused by vehicles or equipment other than contractor or subcontractors of this project. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be done through the submittal process for review and approval by City. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 329213-4 NON-NATIVE SEEDING Page 4 of 8 a) Not exceed one percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnson grass (2) Nutgrass (3) Millet 4) Harvest seed within twelve (12) months prior to planting b. Non-native Grass Seed 1) Plant between March 21 and October 31 Lbs. PLS/Acre Common Name Botanical Name Purity Germination (percent) (percent) 75 Bermuda (hulled) Cynodon dactylon 95 90 2) Plant between November 1 and March 20 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) Cynodon dactylon 85 90 c. Temporary Erosion Control Seed - Consist of the sowing of cool season plant seeds. Plant mix below must be included with Bermuda between November 1 through March 1. Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method Elbon Rye Secale cereale 100-120 80-100 2. Hydromulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 3. Fertilizer to be installed only as directed by City or as indicated in construction documents a. Determined by soil testing report b. Acceptable condition for distribution per manufacturer's instructions c. Applied uniformly over the seeded area. Do not fertilize inside the dripline of trees, or Tree Protection Area. 4. Topsoil: See Section 32 91 19. 5. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 329213-5 NON-NATIVE SEEDING Page 5 of 8 2.3 ACCESSORIES A. Soil Retention Blanket 1. Biodegradable Erosion Control Blanket made from natural fibers including coconut, straw, or wood fiber. 2. As specified for sloped areas or as directed, not for general use. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. City may examine site grading to ensure grading conforms to approved drawings, prior to installation of seed. 1. City will notify Contractor if grading is to be inspected prior to seed installation. 3.3 PREPARATION A. Surface Preparation: clear surface of all material including the following and dispose of off -site or as directed by City: 1. Stumps, stones, and other objects larger than 1-inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Scarify Subgrade 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels set not more than 10-inches apart. b. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage may be up to 3-inches. c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree Protection Area, or canopy dripline. C. Cleaning 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, and rock 1-inch and greater, and weeds. D. Fine Grading: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 32 92 13- 6 NON-NATIVE SEE.DfNG Page 6 of 8 1. After scarifying or tilling and cleaning, all areas to be seeded shall have 3-inches of topsoil placed, be leveled, fine graded, and a weighted spike and harrow or float drag. The required shall be the elimination of ruts, depressions, humps, and objectionable soil clods. This shall be (he final soil preparation step to be completed prior to inspection before seeding. 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 3.4 INSTALLATION A. General 1. Seed only those areas indicated on the Drawings and areas disturbed by construction. 2. Mark each area to be seeded in the field prior to seeding for City approval. 3. Provide written notice of installation and maintenance schedule to resident or business adjacent to the project B. Broadcast Seeding 1. Broadcast seed in two (2) directions at right angles to each other, 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. C. Mechanically Seeding (Drilling): 1. Uniformly distribute seed over the areas shown on the Drawings or as directed. 2. All varieties of seed and fertilizer, as determined by soil testing report, may be distributed at the same time provided that each component is uniformly applied at the specified rate. 3. Drill seed at a depth of 1/4-inch to 3/8-inch utilizing a pasture or rangeland type drill. 4. Drill on the contour of slopes 5. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipackcr" type. 6. Roll slope areas an the contour. D. I lydromulching (only as approved by submittals) 1. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: a. Mixture is uniformly suspended to form a homogenous slurry. b. Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. c. Mixture is applied within thirty (30) minutes after placed in the equipment. 2. Placing a. Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. E. Fertilizing, as determined by soil testing report: uniformly apply fertilizer over seeded area. 1. No fertilizer shall be applied within The Tree Protection Arca, or dripline of trees. F. Watering CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 202 ] WESTSIDE IV — 1.5 MG EST CITY PRO3ECT NO. 103292-1 Project Date: March 2023 329213-7 NON-NATIVE SEEDING Page 7 of 8 1. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13. 2. Water source shall be clean and free of industrial waste or other substances harmful to the germination of the seed or growth of the vegetation. 3. Water soil to a minimum depth of 4-inches within forty-eight (48) hours of seeding. 4. Water at least twice daily for fourteen (14) days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed, or as directed by the City. 5. On day fifteen (15), apply an amount of water that is equal to the average amount of rainfall plus 1/2-inch per week until final acceptance by City. 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 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Seeded Areas 1. Water and mow seeded area until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas c. Trim and maintain along edges including curbs, drives, and walkways with maximum 1-inch surface elevation change. d. Includes protection, reseeding, and maintaining grades with no settlement over 1-inch, and immediate repair of erosion damage until the project receives final acceptance. B. Acceptance 1. Turf will be accepted once fully established as follows: a. Seeded area must have minimum 70 percent uniform ground coverage without bare areas greater than six -inches square or thirty-six (36) square inches and blade height of 3-inches with two (2) mow cycles, minimum ten (10) days apart, performed by the Contractor prior to consideration of acceptance by the City. b. Grass shall be actively growing and free of disease and pests. c. Ground surface to be smooth and free of foreign material and rocks or clods 1 - inch diameter and greater. C. Rejection 1. City may reject seeded area based on the following items: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 13, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 329213-5 NON-NATIVE SEEDING Page 8 of 8 a. Weed populations b. Poor installation including lack of coverage c. Disease and/or pests d. Insufficient or over watering e. Poor or improper maintenance f Soil settlement in excess of I -inch 3.14 ATTACHMENTS [NOT USED' END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 5'13/2021 C Moon Removed information and details regarding sod, native grasses and wildflowers, These items are addressed in 32 92 13 and new specification 32 92 15. Updated 1.2 payment measurement. Items pertaining to fertilizer throughout document updated to include soil testing. 2.2 planting dates updated to reflect typical frost dates. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3.4 Installation added descriptions to clarify watering. 3.13 Maintenance added descriptions to clarify acceptance and rejection of seeded areas including growth, mow cycle and watering. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May I3, 2021 WESTSIDE iV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 01 32 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 1 of 3 SECTION 33 0132 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of water transmission mains. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following flushing of the water transmission main. 2. Payment a. Unit Price — The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. b. Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 3. The price bid shall include: a. Mobilization b. Digital file 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Water Transmission Mains a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment is being used and that it has been properly disinfected prior to installing in a potable water main. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330132-2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Post -CCTV submittals 1. 2 copies of CCTV video results on DVD or USB Hard Drive 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. CCTV Equipment 1. Disinfect equipment with a diluted bleach solution prior to inserting into water transmission main. 2. Use equipment specifically designed and constructed for such inspection. 3. Use equipment designed to operate in 100 percent humidity conditions. 4. Use equipment with a pan (±270 degrees), tilt, and rotates (360 degrees). 5. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. 3.4 INSPECTION (CCTV) A. General 1. Begin inspection immediately after flushing of the water transmission main in accordance with Section 33 04 40. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of a defect or debris lodged within the pipe. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330132-3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 3 of 3 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or lodged debris. 6. Pan and tilt the camera to provide additional detail at: a. Joints b. Outlets c. Valves d. Visible pipe defects such as cracked lining, obstructions or debris 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main in more than one file. 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. Upon completion of CCTV activities, remove lodged debris and remedy any defects found in the water transmission main prior to hydrostatic testing, disinfection, or bacteriological testing in accordance with Section 33 04 40. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 SECTION 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar coated steel pipe c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d. Tunnels e. Selected below grade to above ground piping transitions B. Deviations from this City of Fort Worth Standard Specification 1. Deleted 1.2.A.1 2. Deleted 1.2.A.2.a 3. Deleted 1.2.A.2.b 4. Added 1.2.A.2.c 5. Added 1.2.A.2.d 6. Added 2.2.F 7. Modified 3.4.B.3 8. Modified 3.7.B.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Joint Bonding and Electrical Isolation a. Measurcment 1) This Item ' b. Payment are subsidiary to thelump-sumrprice bid -for "Cat Iodic Protection"-maci material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 04 10 -2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 a. Measurement 1) Meas„rement f r thi Tte.v i by lump b. Payment lump Gum price bid €or Joint- Bondiirb-can Elcctric-F. l Isolatio ". c. Measurement 1) Measurement for this Item is by lump sum. d. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. 3. The price bid shall include: a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction of backfill e. Field welding f. Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Commissioning 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM). 3. American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (NACE). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 2) Bonding Clips for Concrete Cylinder Pipe 3) Petrolatum tape 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. 1.7 CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. f. NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. F. Petrolatum Wax Tape 1. Petrolatum tape system shall be Trenton Primer and #1 Wax -tape, as manufactured by Trenton Corp., or Denso Paste and Densvl Tape by Denso North America, Inc., or approved equivalent. 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. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0 03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 2) Manufacturer is to report values obtained and method of measurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable with THHN insulation. 2. Remove 1 inch of THHN insulation from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding 1. Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner. 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfill material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices 1. Placement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, co- .e City -to -perform testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordance with Section 33 05 24. D. Installation of End Seals 1. End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off'. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting the line, make pipe available for testing and perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification. 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backfilled. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 04 40-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. General 1. Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.1.C.3 2. Modified 3.10.A.1 3. Added 3.10.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0132 — Closed Circuit Television (CCTV) Inspection for \Water Transmission Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. b. Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED ion] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 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 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [on] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig al136-inch and smaller water mains not equipped with butterfly valves. b. Flush all 36-inch water mains equipped with butterfly valves. c. Pig -or Flush and manually sweep 42-inch and larger mains. d Fl„shing ; only germ ttea when s ally designated in the Drawings, or if pigging is not practical and approved by the City. 2. For lines equipped with butterfly valves, perform CCTV inspection immediately upon completion of line flushing in accordance with Section 33 01 32 and prior to performing hydrostatic testing, disinfection, and bacteriological testing. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 334440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Additional excavation of the trench may be performed on mains aver 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow -offs at appropriate Locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main — %-inch blow -off 2) 1O-inch through 12-inch main l-inch blow -off 3) 16-inch and greater main — 2-inch blow -of b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed rnains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing 1 All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipc before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L= SD'iP 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6of' 8 a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mgfL, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mgfL minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or"slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/1 or less should be maintained. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of S 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [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 3.10.E.1.e.- Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 25, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.3.b.1 4. Added 1.2.A.3.b.2 5. Modified 1.2.A.5.b.1 6. Added 1.2.A.5.b.2 7. Modified 3.4.E.6 8. Modified 3.7.A.1 9. Modified 3.7.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 30 00 — Cast -in -place Concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 8. Section 31 10 00 — Site Clearing 9. Section 31 25 00 — Erosion and Sediment Control 10. Section 33 05 26 — Utility Markers/Locators 11. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water 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. 1.3 REFERENCES 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, springline, pipe zone and foundation are defined as shown in the following schematic: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 NAL BACKFILL EMBEDMENT INITIAL l\/, BACKFILL >� / SPRINGLINE 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 �/ HAUNCHING BELTING �! FOUNDATION -S\\i OD CLEARANCE 0 r w a 0 EXCAVATED TRENCH WIDTH 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair 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 Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri12, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 3305 10- 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE (NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for I working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED lox] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 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 1/2" 0 '/4" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 e. The City has a pre -approved list of sand sources for utility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved 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 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of21 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. 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. 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 facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In -Place Conditions 1. Pavement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 a. Conduct activities in such a way 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 easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. b. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Transportation Management Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 2l a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri12, 2021 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 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) ±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. m. Density test may be 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 and Storm Sewer 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 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. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. 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 storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 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. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 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. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of21 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill (not under existing pavement or future pavement) 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater (under existing or future pavement) 1) Backfill depth from 0 to 15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required b) c. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet/under existing or future pavement) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture up to the final grade. 2) CSS or CLSM requires no compaction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 c. Final backfill (not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain sample) a-peffeirm In the presence of the City, perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Perform Proctors in accordance with ASTM D698. b. Provide Test results within 4 calendar days and distribute 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. wil pod r 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330510-20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 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 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may allow testing fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 10 - 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 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 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 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 6/18/2013 D. Johnson 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.I.d Modify gradation for sand material 2/26/2021 Z. Arega 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 - 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. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330513-1 FRAME, COVER, AND GRADE RINGS Page 1 of 6 SECTION 33 0513 FRAME, COVER, AND GRADE RINGS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults. 2. Compression Molded Composite Frames and Covers used as access ports into sanitary sewer structures such as manholes and junction boxes. B.Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Added 1.2.A.2.b C.Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. a. Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 1.3 REFERENCES A.Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to meet or exceed 21,280 pounds/wheel load CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330513-2 FRAME. COVER, AND GRADE RINGS Page 2 of 6 b. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Related Castings 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 accepted by the City prior to delivery andlor fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A.Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. All moldings shall display: a. Approved Molder b. Molding date c. Wording that material is non-metallic d. Country of origin 3. Provide manufacturers: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings or moldings conform to the ASTM and AASHTO designations. 1.1 CLOSEOUT SUBMITTALS [NUT 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 loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A.Manufacturers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 6 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00 unless otherwise specified on the plans. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B.Castings 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 24 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" IN 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructe over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C.Moldings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 6 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or combined with reinforcing fiber rovings, short fiber filaments, or equivalent nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a polymer, vinylester, or a blend of these. The moldings shall be true to pattern in locations affecting their strength and value for the service intended. Before the moldings are removed from the molding operation, they shall be thoroughly deflashed and cleaned at the parting lines, holes, notches and all exposed edges. 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle loading with permanent deformation. Composite frames shall have a minimum wall thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel impact. 3. Metal reinforcements or metal hinges molded within the composite shall not be permitted. 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 5%) added prior to shaping the product by injection molding. 5. Covers a. Composite covers shall be compression molded under high pressures (>0.5 tons/sq inch of x-y surface area) and high temperatures (>200 degrees F). Components for locking systems below the cover exposed to sewer environment shall be made of noncorrosive materials such as nonmagnetic 316 stainless steel (Austenite) or a polymer. b. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover c. Provide with 2 inch wide pick slots in lieu of pick holes. d. Provide gasket in frame and cover. e. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. f. Standard Labels 1) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch (minimum) or 2-inch (maximum) letters across the lid. g. Hinge Covers 1) Hinged covers shall be double -hinged allowing a minimal 180° full opening. 2) Provide water tight gasket on all hinged covers. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over all sewer lines. D.Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Precast concrete grade rings are not permitted 3. Riser adjustment to surface grade may be constructed using circular Sonotube® form. E. Joint Sealant 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 6 2. Provide sealant that is not dependent on a chemical action for its adhesive properties or cohesive strength 3. Provide adhesive as recommended by manufacturer on composite covers/grade rings. 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.Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B.Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C.Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D.Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330513-6 FRAME, COVER, AND GRADE RINGS Page 6 of 6 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] 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.B.4.d.2)b) — Updated to clear opening dimensions to 22 1/2 inches 3/19/2021 C. Henry 2.2.B.4.d.2)a) — Updated to clear opening dimensions to 24 inches 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 30 inches 7/02/2021 M Owen Included composite requirements 9/09/2022 M Owen 2.2 D and E and 3.4 A — Clarified use of composite grade rings or adjustment using circular Sonotube® forms and that precast concrete grade rings are not permitted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330517-1 CONCRETE COLLARS SECTION 33 0517 CONCRETE COLLARS PART 1 - GENERAL 1.1 SUMMARY Page 1 of 3 A. Section Includes: 1. Concrete Collars for Manholes 2. This Item is intended for use in asphalt streets and unimproved areas — not for use in concrete streets. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 13 — Frame, Cover, and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Collar" installed. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lump sum price. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33U517-2 CONCRETE. COLLARS Page 2 of 3 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. 1.3 REFERENCES A. Reference Standards I. Reference standards cited 112 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. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 -1.12 [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 1. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment I. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on Toad bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 05 17 -3 CONCRETE COLLARS Page 3 of 3 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.5 -3.14 [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDEIV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART 1 - GENERAL 1.1 SUMMARY 330526-1 UTILITY MARK.ERS/LOCATORS Page 1 of 4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Added 1.2.A.2.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Markers/Locators 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". b. Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330526-2 UTILITY MARKERS/LOCATORS Page 2 aid 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 I. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 1.12 WARRANTY [NOT USEDI PART 2 - PRODUCTS 2.1 OWNER -FURNISHED lord OWNER-SUPPLIEDPRODUCTS [NOT USEDI 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 01 60 00. a, The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (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 (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) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color— Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: 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. 3.5 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 330910-1 CONTROL VALVE AND ACTUATOR SECTION 33 0910 CONTROL VALVE ACTUATOR PART 1 - GENERAL 1.1 SUMMARY Page 1 of 8 A. Section Includes 1. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, butterfly control valve as specified herein and shown on the drawings. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valves 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is measured per Control Valve and Actuator. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 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 manufacture or delivery. C. Submittals required after award of contract and prior to installation: 1. Technical bulletins and brochures. 2. Electrical diagram. D. Submittals required prior to final walk through: 1. Operation and Maintenance Manual. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 330910-2 CONTROL VALVE AND ACTUATOR Page 2 of 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Motor operator motor data sheet showing voltage, horsepower, full load amps, locked rotor amps, etc. B. Shop Drawings 1. Project specific motor operator control schematic/wiring diagrams. 2. Valve torque calculations and resulting actuator and motor sizing. a. Provide torque calculations through the full range of operations for all motor operated valves. 3. Motor operator torque. C. Certificates 1. Performance Test Certificate 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data 1. A factory representative of all major component manufacturers, who has complete knowledge of proper operation and maintenance, shall be provided for one day to instruct representatives of the Owner on proper operation and maintenance. If there are difficulties in operation of the equipment during instruction sessions, additional sessions shall be provided at no cost to the Owner. 2. Prior to scheduling instructions, submit outline of instructions to Engineer for approval. 3. Operating and maintenance manual shall be explained during these instructions. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts 1. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. 2. Furnish a wireless configurator capable of reconfiguring the unit without opening the enclosure. 3. The successful bidder, to allow for actuator rebuild or repair, shall inventory a complete compliment of spare parts. All spares shall be available to City personnel within 72 hours of request as not to delay operations. 1.9 QUALITY ASSURANCE A. Unit Responsibility and Coordination 1. The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve components including the actuator. 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 valve equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. B. Certifications WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 330910-3 CONTROL VALVE AND ACTUATOR Page 3 of 8 1. Performance Test Certificate a. Each actuator must be performance tested and individual test certificates shall be supplied free -of -charge. The test equipment should simulate a typical valve load and the following parameters should be recorded: 1) Current at maximum torque setting 2) Torque at maximum torque setting 3) Flash Test Voltage 4) Actuator Output Speed or Operating Time b. In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. C. Preconstruction Testing 1. Cycle test to be witnessed by the Engineer, Contractor, and City's Representative prior to delivery to jobsite if requested. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. Storage and Handling Requirements 1. All equipment and parts must be properly protected against any damage during a prolonged period at the site. 2. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. The equipment to be provided under this section shall be suitable for installation and operation in potable water systems. 1.12 WARRANTY A. Manufacturer Warranty 1. Each actuator shall be warranted for a period of 60 months from date of shipment. This warranty shall be held in effect regardless of precommissioning conditions in a typical indoor or outdoor environment as long as the actuator is not abused or disassembled. This warranty shall not require the use of special storage procedures (such as the use of indoor storage, plastic bags, desiccants, and the energization of heater(s) in order to be maintained. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the City. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 330910-4 CONTROL VALVE AND ACTUATOR Page 4 of 8 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT A. Control Valve 1. Control valves shall conform to Section 33 12 21. B. Actuator Manufacturers 1. Manufacturer List a. Rotork IQ b. AUMA c. Beck d. No other manufactures will be considered. 2. Electric motor operators shall be provided by the local Representative. C. Performance / Design Criteria 1. General a. Operating Conditions 1) Downstream Minimum Pressure a) 25 psi 2) Maximum Pressure Differential (either direction): a) 100 psi 3) Maximum Flow Rate: a) 15,000 gpm 4) Minimum Flow Rate: a) 1,000 gpm b. Valve shall operate in the above conditions without damage to the valve c. The valve actuator shall have a transmitter that shall output a 4-20ma signal proportional to position. d. Actuators shall have integral controls with integral 240 volt disconnect. The integral controls shall be mechanical type with electromechanical motor contactors and four rotor limit switch assembly. e. Electric actuator shall include the 120 VAC / Single Phase / 60 Hz electric motor, integral worm gear, reduction gearing, valve stem drive nut/bushing, position limit switches, mechanical overload torque switches, ductile iron gear case, local pushbutton control station, close -coupled circuit breaker disconnect and automatic de-clutchable handwheel. f. The electric motor valve operators shall be of the reversible motor type. The rated torque capability of each operator shall be sufficient to seat, unseat, and rigidly hold in any position the valve disc under the operating conditions specified herein. 2. Actuator Sizing a. The actuator shall be sized to guarantee valve closure at the specified differential pressure. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. The operating speed shall be such as to give valve closing and opening as shown in the valve schedule. 3. Ambient Temperature WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 330910-5 CONTROL VALVE AND ACTUATOR Page 5 of 8 a. The actuator shall be capable of functioning in an ambient temperature ranging from minus 22° F (- 30° C) to plus 158° F (+ 70° C). 4. Motor a. Electric motors shall be specifically designed for valve actuator service, be intermittent duty (S4) rated, and shall be totally enclosed, non -ventilated. The enclosure shall meet NEMA 6 (temporary submergence, 6 ft. head for 30 minutes) and NEMA 4 (weatherproffing). Motor shall be capable of operation under maximum specified loads when the voltage to the motor is +/- 10% of the nominal voltage. Motor shall have Class F insulation with thermal overload sensors imbedded in the motor windings. b. Protection shall be provided for the motor as follows: 1) The motor shall be de -energized in the event of stall when attempting to unseat a jammed valve. 2) A thermostat imbedded in the windings to protect against overheating shall sense motor temperature. 5. Gearing a. Motor speed reduction shall be by means of a gear train consisting of hardened steel spur gears and self-locking worm and worm gear set. The worm shall be heat treated alloy steel and have worm thread surface rolled or ground. The worm gear shall be ductile iron. Non-metallic gears in the power train are not acceptable. b. All gearing and shafting shall be supported on anti -friction bearings. All thrust components shall be supported by use of tapered roller bearings. 6. Hand Operation a. A handwheel shall be provided for emergency operation engaged when the motor is declutched by a lever or similar means; the drive being restored to power automatically by starting the motor. 1) The hand/auto selection lever should be padlockable in both "Hand" and "Auto" positions. 2) It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train. 3) Handwheel or handcrank rim pull shall NOT exceed 80 pounds. b. The handwheel drive must be mechanically independent of the motor drive, and any gearing should be such as to permit emergency manual operation in a reasonable time. c. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. This disengagement and any subsequent reengagement shall not cause any damage to the valve or operator even with the motor running. 7. Drive Bushing a. The actuator shall be furnished with a drive bushing easily detachable for machining to suit the valve stem or gearbox input shaft. Normally the drive bush shall be positioned in a detachable base of the actuator. Thrust bearings, when housed in a separate thrust base, should be of the sealed -for -life type. 8. Remote Valve Position/Actuator Status Indication WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 330910-6 CONTROL VALVE AND ACTUATOR Page 6 of 8 a. Sixteen contacts, 4 on each rotor, shall be provided. One rotor shall have fixed open limit switches, one rotor shall have fixed closed limit switches, and two rotors shall be fully adjustable across the stroke of the valve. The contacts shall be rated at 5A, 120V AC, 30V DC. Current source 4-20 mA output transmitter shall provide constant valve position feedback on the butterfly valves. Gearbox visual indicator is required on all valves 9. Local Position Indication a. The display shall be able to be rotated in 90-degree increments in order to provide easy viewing regardless of actuator mounting position. 10. Controls a. The butterfly valve shall be suitable for modulating service. Open and close positioning contact commands will come from the RTU. Modulating service shall be rated for up to 600 starts per hour with positioning accuracy to +/- 0.25%. b. Reversing Contactor Control voltage shall be 120 volts, 50 or 60 Hz. N.O. Seal -in contacts for momentary contact pushbutton control and N.C.contacts for electrical interlock shall be supplied. When specified, additional contacts (1 N.O. and 1 N.C. for open and close coils) shall be supplied. The contactor shall be both electrically and mechanically interlocked. It shall be completely wired as an assembly and plug connected to the modular package. c. Control Power Transformer assembly shall provide 115, 18 and 12 VAC. It shall be epoxy impregnated and encapsulated to prevent moisture incursion and shall be completely wired as an assembly and plug connected to the modular package. d. Each actuator shall be supplied with open -stop -close pushbuttons furnished integrally mounted. Pushbuttons shall be double o-ring sealed and include a protective silicone boot. Seal material shall be resistant to ozone and ultraviolet light. When integrally mounted pushbuttons are specified, the design shall permit operation of the buttons when the electrical enclosure cover is open. e. The actuator shall include two (2) long life high intensity LED type pilot lights to indicate open, closed and intermediate valve position (both lights on). Red shall indicate valve open and green shall indicate valve closed. f. Actuators shall have phase failure relay to protect actuator from single phase conditions. The actuator shall include a 3-position selector switch, for local (hand) -off - remote (auto) control. The selector switch shall be padlockable in any position. 11. Monitoring and Diagnostic Facilities a. Modulating Service 1) Provision for the following interface signals shall be as follows, and as shown on the Drawings: g. To Valve From Valve From Valve From Valve From Valve From Valve Modulating Signals Position Command (ZC) Position Indication (ZI) In Remote (YL) Full Open Status (ZSH) Full Closed Status (ZSL) Valve Fail (XA) 4 — 20 ma (% Open) 4 — 20 ma (% Open) Dry Contact Dry Contact Dry Contact Dry Contact WESTS1DE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 330910-7 CONTROL VALVE AND ACTUATOR Page 7 of 8 b. Facilities shall be provided for monitoring actuator operation and availability as follows: 1) Monitor (availability) relay, having one change -over contact, the relay being energized from the control transformer only when the Local/Off/Remote selector is in the "Remote" position and thermostat is not "tripped" to indicate that the actuator is available for remote (control room) operation. 2) Where required, it shall be possible to provide indication of thermostat trip and "Remote" selected as discreet signals. 12. Wiring Terminals a. Internal wiring shall be of tropical grade PVC insulated stranded cable of appropriate size for the control and three-phase power. Each wire shall be clearly identified at each end. b. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. When required, a forth cable entry shall be provided. c. All wiring supplied as part of the actuator shall be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. d. A durable terminal identification card showing plan of terminals shall be provided and attached to the inside of the terminal box cover indicating: 1) Serial Number 2) External Voltage Values 3) Wiring Diagram Number 4) Terminal Layout This must be suitable for the contractor to inscribe cable core identification beside terminal numbers. 13. Enclosure a. Actuator shall be designed for non -intrusive start up / commissioning b. Actuators shall be'O' ring sealed, watertight to NEMA 6. Provide double seal conduit entrance compartments. c. Enclosure must allow for temporary site storage without the need for electrical supply connection. d. All external fasteners shall be stainless steel. D. Finishes 1. Powdercoat finish shall be UV resistant E. Actuator Mounting 1. Actuator for 24" valve to be direct -mounted using carbon steel bracket and coupling with black powder coat finish. 2. Floor stand and stem extension a. Material: 1) Carbon Steel b. Coating: 1) UV resistant nylon powdercoat WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 3309 10 -8 CONTROL VALVE AND ACTUATOR Page 8 of 8 2.3 ACCESSORIES [NOT USED] PART 3 - EXECUTION 3.1 INSTALLATION A. All control valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. B. Installation and adjustment shall be checked and approved by a manufacturer's factory representative. Manufacturer's representative shall be present during startup of pumping units to make adjustments to actuator limit switches so that hydraulic surges are minimized during pump starting and stopping. After acceptance, the representative shall address a letter to the Engineer outlining all installation and start up procedures. The letter shall include a statement that the valves are installed per the manufacturer's recommendations. The manufacturer or his qualified representative shall conduct training session for the City's personnel in the operation and maintenance of the valve. 3.2 VALVE SCHEDULE LOCATION DUTY QTY SIZE TYPE Actuator STROKE TIME Westside IV EST Modulating Service 1 24" 250B Butterfly Valve Quarter -Turn 180 sec. A. The actuator shall be sized appropriately to meet the aforementioned stroke time 37 without pulsing the actuator motor. 3.3 SYSTEM STARTUP A. Each actuator shall be supplied with a startup kit comprising installation instruction, electrical wiring diagram, and sufficient spare cover screws and seals to make good any site losses during the commissioning period. 3.4 CLOSEOUT ACTIVITIES A. Training 1. A factory representative of all major component manufacturers, who has complete knowledge of proper operation and maintenance, shall be provided for one day to instruct representatives of the City on proper operation and maintenance. If there are difficulties in operation of the equipment during instruction sessions, additional sessions shall be provided at no cost to the City. a. Prior to scheduling instructions, submit outline of instructions to Engineer for approval. b. Operating and maintenance manual shall be explained during these instructions. END OF SECTION WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 SECTION 33 11 05 BOLTS, NUTS, AND GASKETS PART 1 - GENERAL 1.1 SUMMARY 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 A. Section Includes: 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Added 2.2.D.2 6. Modified 2.2.E. 7. Modified 3.4.B C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 4. Section 33 11 10 —Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lump sum price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 2. All Other Items a. Measurement I) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) Unit Price - 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. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lump sum price 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. 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. A193, 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. C 1111A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service -- Sizes 4 In. Through 144 In. (100 mm Through 3,600 rnrn). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. 11411, Steel Pipe. c. 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. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, hand Tool Cleaning b. SP3, Power Tool Cleaning CITY OF FORT WORTH STANDARD CON STRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE ]V — 1.5 MG EST CITY PROJECT NO. 103292-1 Projcct Date: March 2023 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS 1 INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date. March 2023 331105-4 BOLTS, NUTS, AND GASKETS Page 4 of 7 PAR"! 2 - PRODUCTS 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturcrs as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. 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 C111/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 > > solution -treated) hluto end Washe«G. ASTM A 19 ,!'_.ado O Nuts with A ICI 301 Stainles. Steel Washers 2. Steel Bolts and Nuts a. Meet the requirements of AWWA C207 b. Bolts: ASTM A193, Grade 2H (AISI 4140, 4142, or 41051 c. Nuts and Washers: ASTM A194, Grade 2H Heavy Hex nuts and washers E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B'7B8, , eaFbide solution -treated) 3- Nuts and Washers: ASTM A194, Grade 82H Nuts with A ISI 301 Stainles Steel and -Washers F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSUAWWA C111/A21.11. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 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 C111/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. H. Flange Gaskets 1. Class E Flanges 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 C111/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets 1. Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 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] 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. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan 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 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 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/z-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 1. 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 1/2-inch from the nuts. 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 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 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 -1 DUCTILE IRON PIPE SECTION 33 11 10 DUCTILE IRON PIPE PART 1 - GENERAL 1.1 SUMMARY Page 1 of 14 A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 2.2.B.4 4. Deleted 2.2.B.14.b-f 5. Added 2.2.B.14.g 6. Added 2.2.B.14.h 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 01 31 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05 — Bolts, Nuts, and Gaskets 9. Section 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 -2 DUCTILE IRON PIPE Page 2 of 14 d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 -3 DUCTILE IRON PIPE Page 3of14 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. e. C 150/A21.50, Thickness Design of Ductile -Iron Pipe. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 14 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made, and that all tests have been performed in accordance with AWWA/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 - 5 DUCTILE IRON PIPE Page 5of14 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED Lou] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C 151 /A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 - 6 DUCTILE IRON PIPE Page6of14 24 250 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (PW) = 150 psi 6) Surge Allowance (Ps) = 100 psi 7) Design Internal Pressure (P,) = PW + Ps or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (DX) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings, corrosion resistant joints. b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 14 c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General — Comply with AWWA/ANSI C111/A21.11. b. Push -On Joints c. Mechanical Joints d. Push -On Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in Section 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331110-5 DtJC.11LE IRON PIPE Page S of 14 b. Flanged Ends 1) Meet requirements of AWWA C 115. a) Provide bolts and nuts in accordance with Section 33 11 05. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1 105. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an. asphaltic coating, minimum of l mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. Qei Encasemc..t fer bur ed e sl.011 be Q mil line. - iew .l rksi... (r f D. A WWA dNS1-€ l_0-5 A 21 G and AC Thy! A 67A rzrr 11) 1s u f ur, efts _ _ . ae k 3) AWWA/ANSI C 105/A21.5 0-1.VElfffifig—GeFFesieli-larotegien--Repair Any -Damage 1) D eeleime,i _V.Latet a.p....erfoo o f the f 11ewin with "RECLAIMED WATER", 11 Works A srgee,at,on I rnif rm Cnlor Gods. . c) g. Polyethylene encasement for use with ductile iron pipe systems shall consist of three lavers of co -extruded linear low density polyethylene (LLDPE), fused into a single thickness of not less than eight mils. h. The Inside surface of the polyethylene wrap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbloloeically influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. i. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Minn. Width — Flat Tube L Min. Width — Sheet CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV -1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 14 (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331110-10 DUCTILE IRON PIPE Page 10 of 14 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331110-11 DUCTILE IRON PIPE Page 11 of 14 b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331110-13 DUCTILE IRON PIPE Page 13 of 14 a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field -patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331110-14 DUCTILE IRON PIPE Page 14 of 14 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 [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE i 2f 2012012 D. Johnson 1.2.A.1.b. — Updated Payment types 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1 1 05 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE 1V -- 1.5 MO EST CITY PROJECT NO. 103292-1 Project Date: March Z023 SECTION 33 11 11 DUCTILE IRON FITTINGS PART 1 - GENERAL 33 11 11-1 DUCTILE IRON FITTINGS Page 1 of 13 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 2. All mechanical joint fittings shall be mechanically restrained using restrained wedge type retainer glands. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Deleted 2.2.B.11.b-f 4. Added 2.2.B.11.g 5. Added 2.2.B.11.h C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 11 05 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Water Fittings with Restraint a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C 110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331111-2 DUCTILE IRON FITTINGS Page 2 of 13 1) Unit Price - 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 ton of "Ductile Iron Water Fittings with Restraint". 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backftll 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C1101A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or lithe Drawings specifically call for an AWWAIANSI C1101A21.10 fittings. 4) If the Contractor chooses to supply AWWAIANSI Cl 101A21,10 (full body) Ductile Iron Fittings in lieu of AWWAIANSI C 1531A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWAIANSI C153IA21.53. 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 ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20. 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 11 - 3 DUCTILE IRON FITTINGS Page 3of13 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C 110/A21.10. 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 Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 11 - 4 DUCTILE IRON FITTINGS Page 4 of 13 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 8. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331111-5 DUCTILE IRON FITTINGS Page 5 of 13 B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. 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. Store and handle in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Ductile Iron Fittings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, AWWA/ANSI C153/A21.53. 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C 151 /A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C 111 /A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and should be easily differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8-inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 11-7 DUCTILE IRON FITTINGS Page 7of13 c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. ElEneasement-fer--buried-fittings-shall-be-8-mil-lineaf-lew-elensity-(-L-L-D-) polyethylene conforming to AWWA/ANSI C105/A21.5 or 1 mil high density cross laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A6711. e—Marl g: At -a tinimum skewer 2 feet along-itszefrgthTthez th e polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANS1 C105/A21.5 /1) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning Corrosion Protection Repair Any Damage CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) r bel pol etl ylene enc-aserr�ent•th "REC—L €D \6' ^ b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or 2) Wastewater, perform one of the following: a) Label polyethylene encasement t STEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker4ape to the polyethylene wrap. g. Polyethylene encasement for use with ductile iron pipe systems shall consist of three layers of co -extruded linear low density polyethylene (LLDPE), fused into a single thickness of not less than eight mils. h. The inside surface of the polyethylene wrap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiologically influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. i. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 05 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331111 -10 DUCTILE IRON FITTINGS Page 10 of 13 4. Embed Ductile Iron Fittings in accordance with 33 05 10. B. Joint Making 1. Mechanical Joints with required mechanical restraint a. All mechanical joints require mechanical restraint. b. Bolt the retainer gland into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. c. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints (restrained) a. All push -on joints shall be restrained push -on type. b. Install Push -on joints as defined in AWWA/ANSI C 111 /A21.11. c. Wipe clean the gasket seat inside the bell of all extraneous matter. d. Place the gasket in the bell in the position prescribed by the manufacturer. e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. f. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. C. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331111 -11 DUCTILE IRON FITTINGS Page 11 of 13 a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331111 -12 DUCTILE IRON FITTINGS Page 12 of 13 c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from cast or Ductile Iron Fittings. D. Blocking 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, crosses and plugs in the pipe lines as indicated in the Drawings. 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, normal to the thrust. 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field -patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331111 -13 DUCTILE IRON FITTINGS Page 13 of 13 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. 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 1.2.A.1.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 2.2.B.5 — Removed unrestrained push -on and mechanical joints 2.2.B.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3.4.D — Corrected reference 9/20/2017 W. Norwood 2.2.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 12 -1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 9 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Deleted 1.2.A.2.b 3. Added 1.2.A.2.c 4. Deleted 3.7.B C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 01 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. Unit Price - 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 "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work pei=€ermed-and mI}ateria r• 1) Various sizes c. Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 9 a) Various sizes b) Various types of backfill 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. 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 Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN (100 mm thru 1,500 mm). d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. b. 14, Plastics Piping System Components and Related Materials. 6. Underwriters Laboratories, Inc. (UL). a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire Service. WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C900. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 3311 12-4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 9 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. h. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED' PART 2 - PRODUCTS 2.1 OWNER -FURNISHED lnR) OWNER -SUPPLIED PRODUCTS ]NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will he considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and NSF 14. 3, Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D17S4, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. CITY OF FORT WOR 111 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROTECT NO. 103292-1 Project Date: March 2023 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 9 6. As a minimum the following Dimension Ratio's apply: Diameter (inch) Min Pressure Class (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (Ps) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained, corrosion restraint joints. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 12-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 9 b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the intemal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth(We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331112-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 9 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. a. Pipe shall be handled and stored in accordance with manufacturer's recommendations. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin fihn of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 9 e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD Loa] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Linen 1. Closed Circuit Television (CCTV) Inspection Pro ide „ Post CCTV In tie ' da�ee ith, c t 33 0 3 i ......, � .,,,. .... � �. Spcccroa-iiricccvrtrcrrccc=o'vTcrrncccrorr�� vrTr. 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.C. 1 and 3.4.C.3 — revised maximum joint deflection requirements 3.4.C.1 — Added reference to Ductile Iron Fittings 3.4.D — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch 4/1/2013 F. Griffin Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the requirements ofASTM D1784, with a cell classification of 12454-B." to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331112-9 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 9 of 9 "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". 11/14/2018 D.V. Magana All references to use of C905 are no longer applicable and are deleted. 1.3.A.4.c — Updated to reflect C900 applicable on PVC pipe sized 4" through 60". 9/9/22 W. Norwood 1.1.A Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.B.2 Addition of "NSF 14 Plastics Piping System Components and Related Materials" 1.3.A.6.a Addition of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service" 2.2.C.3.a Addition of "corrosion resistant" and deletion of "when required by the Drawings" 2.2.C.3. Add " b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings" 3.4.B.1. Add " a. Pipe shall be handled and stored in accordance with manufacture's recommendations" 3.4.B.2 Add "b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 11 13 -1 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 1 of 19 SECTION 33 11 13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type (Concrete Pressure Pipe) 24-inch through 72-inch for potable water applications in conformance with AWWA C303 B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.3.A.3.H 2. Added 1.3.A.5.c 3. Added 1.3.A.9 4. Added 1.3.B.3.b & c 5. Modify 1.6.B.4.a 6. Added 1.6.B.5 7. Added 1.6.C.2 & 3 8. Modify 1.9.A.1.a 9. Modify 1.9.C.2.a 10. Added 1.10.A.4.d.iv 11. Added 1.10.A.4.d.v 12. Added 2.2.B.6 & 7 13. Modified 2.2.B.9.a.1.g 14. Modify 2.2.B.12.a 15. Modify 2.2.B.19.a 16. Added 2.2.C.1.e.12, 13, & 14 17. Added 2.2.C.1.g 18. Added 2.2.C.1.h 19. Added 2.2.C.2.b.2 & 3 20. Added 2.2.C.2.c.1.b & c 21. Added 2.2.C.1.e.8 & 9 22. Added 2.2.C.7. 23. Modify 3.4.B.3 24. Modify 3.4.C.1.e.1 25. Added 3.4.C.2.a.6 26. Modify 3.4.C.4.a 27. Added 3.7.A.2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 11 13 - 2 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 2 of 19 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 01 31 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 11 05 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. b. Measurement 1) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance Payment Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Concrete AWWA C303 Pipe" installed for: a) Various sizes b) Various types of backfill 2) Lump Sum Price — The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price for: Various sizes Various types of backfill Various linings Various Depths, for miscellaneous sewer projects only 1) a) b) c) d) e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 11 13 -3 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 3 of 19 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "C303 Fittings" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 11 13 -4 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 4 of 19 c. B 117, Standard Practice for Operating SaltSpray (Fog) Apparatus. d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. f. C144, Standard Specification for Aggregate for Masonry Mortar. g. C 150, Specification for Portland Cement. h. C595, Standard Specification for Blended Hydraulic Cements i. C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading). j. C497, Methods of Testing Concrete Pipe. k. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. 1. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical Specimens of Hydraulic -Cement Grout. m. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 4. American Welding Society (AWS): a. D1.1, Structural Welding Code - Steel. 5. American Water Works Association (AWWA): a. C206, Field Welding of Steel Water Pipe. b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. c. C208 Dimensions for Steel Water Pipe Fittings d. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. e. M9, Concrete Pressure Pipe. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C1 I I/A21.1 I, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 7. Intemational Organization for Standardization (ISO). 8. National Sanitation Foundation (NSF): a. NSF 61, Drinking Water System Components - Health Effects 9. American Concrete Pressure Pipe Association (ACPPA). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l . Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Joint Wrappers a. Material data WESTSIDE IV — 1.5 MO EST CITY PROJECT No. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 331113-5 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 5 of 19 b. Installation recommendations 3. Flexible Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets (if applicable) B. Shop Drawings — Furnish for Concrete Pressure Pipe used in the potable water systems including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Working Pressure 2) Test Pressure 3) Surge pressure b. External pressure 1) Deflection 2) Buckling c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction, if applicable for the proposed installation 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Cylinder thickness c. Bar diameter and spacing d. Joint types e. Fittings f. Thrust Restraint g. Stationing (in accordance with the Drawings) h. Transitions i. Joint deflection j. Outlet locations for welding, ventilation, and access k. Welding requirements 4. Pipe within Casing a. Provide drawings detailing how pipe is restrained to prevent floating within the casing and built up mortar rings used for pipe supports. 5. Contractor's proposed field welding procedure in accordance with AWWA C206 and AWS D1.1 C. Certificates and Test Reports 1. Submittals for certificates and testing reports shall be as outlined in Article 1.9 of this Section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 11 13 - 6 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 6 of 19 2. Certified test reports for factory welds of fittings from an independent certified welding inspector not employed by the pipe manufacturer. 3. Certified test reports for field welds from an independent certified welding inspector not employed by the pipe manufacturer. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Shall be American Concrete Pressure Pipe Association (ACPPA) Quality Program certified, I.S.O. 9001 Quality Certification Program certified, or equal, for Concrete Pressure Pipe and accessory manufacturing. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years successful experience manufacturing AWWA C303 pipe of the particular type and size indicated. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at 1 location, unless otherwise approved by the Engineer. d. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303. B. Certifications 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C303 and these Specifications b. Copies of results of factory hydrostatic tests shall be provided to the Engineer c. Mill certificates, including chemical and physical test results for each heat of steel 1) The manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials, except that the absorption test detailed in this Specification shall supersede the requirements of the applicable portion of AWWA C303. d. Certified test reports for welder certification for factory and field welds in accordance with AWWA C303, Section 5 e. Certified test reports for cement mortar tests f. Certified test reports for steel cylinder tests C. Hydrostatic Pressure Testing 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 Section 4.6 — Fabrication. a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested prior to application of lining or coating. b. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 331113-7 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 7 of 19 c. Each pipe cylinder tested shall be completely watertight under maximum test pressure. d. Test pressure shall be held for sufficient time to observe the weld seams. e. Pipe manufacturer shall maintain a recording of the pressure gauge report and provide to the Engineer. 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded steel sheets or plates per AWWA C208 a. Fittings shall be tested in accordance with AWWA C303. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector paid for by the pipe manufacturer 3. Factory Testing a. Cement Mortar Coating - Absorption Test 1) A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. a) The mortar coating samples shall have been cured in the same manner as the pipe. b) A test value shall consist of the average of a minimum of 3 samples taken from the same working shift. c) The test method shall be in accordance with ASTM C497, Method A. d) The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. e) Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed on a weekly basis for each working shift. (1) Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is re-established by 10 consecutive passing test results. D. Cement Mortar Lining 1. Shop -applied cement mortar linings shall be tested in accordance with AWWA C303. E. City Testing and Inspection 1. The City reserves the option to have an independent testing laboratory, at the City's expense, inspect pipe and fittings at the pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to pipe fabrication as to start of fabrication and fabricating schedule. The City will then advise the manufacturer as to City's decision regarding tests to be performed by an independent testing laboratory. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113.8 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 8 of 19 c. In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot testing of each category unless the tests do not show compliance with the standard. 1) If these tests do not show compliance, the City reserves the right to have the laboratory make additional tests and observations. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. In the event that an abnormal production tune is required, and the City is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the City for such costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. F. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative a. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct, as necessary, in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazards of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stalling_ c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113-9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 19 d. Each end and each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. i. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. ii. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. iii. At a minimum, stulls shall be placed at each end and center. iv. Pipe shall be studied as required to maintain roundness of +/- 1°/a, or D2/4,000 (inches), whichever is less, during shipping and handling. v. Do not remove stulls until pipe is backfilled. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. a. If excessive cracking is found, exceeding the allowance in AWWA C303, modify shipping procedures to reduce or eliminate cracking. 2. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. C. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials. D. Point of Delivery 1. The Contractor is responsible for securing and maintaining a location to store the material in accordance with Section 01 66 00. 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. All pipe shall meet the requirements of NSF 61. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 10 of 19 2. Cement a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 3. Aggregates a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4. Sand a. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144. 5. Special Coating (Mortar Rings) a. Pipe to be installed in casing shall have 2 built-up mortar rings, each approximately 2 feet long and slightly higher than the pipe bell, to prevent the pipe from being supported by the pipe bell. b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 6. Lining a. Mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots shall be ground down with a rubbing stone or other approved method. 7. Coating a. Mortar coating shall be dense, hard, with no cracks larger than hairline (0.010 inches) 8. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b. Threaded plugs shall be brass. 9. Mixes a. Cement Mortar 1) Cement mortar used for pouring joints shall consist of: a) 1 part Portland Cement b) 2 parts clean, fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted. e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C 150, Type I or Type II or ASTM C595 Type IL Cement. h) Sand shall conform to ASTM C144. 2) Cement mortar used for patching shall be mixed as per cement mortar for inside joints. 10. Joint Wrappers a. Joint wrappers shall be manufactured by Mar -Mac Manufacturing Company, or approved equal. b. For pipe within casing, Flex Protex joint filler, or approved equal, may be used for pipes that can be welded from the interior. 11. Flexible Joint Couplings a. Flexible Joint Couplings shall be Dresser Style 38, Smith -Blair Style 411 or approved equal. 12. Pipe Ends CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 19 a. The standard pipe end shall include Carnegie steel joint ring and a continuous solid rubber ring gasket as per AWWA M9. 13. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 11 05. 14. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 11 05. 15. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 16. Flange Coatings a. Flange Coatings in accordance with Section 33 11 05. 17. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 18. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 19. Snap Rings a. Snap rings shall be manufactured by Hansen Thompson Pipe Group, or approved equal. C. Performance / Design Criteria 1. Pipe Design a. Pipe shall be designed, manufactured and tested in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. Sizes and pressure classes (working pressure) shall be as specified in the Drawings. c. For the purposes of pipe design, working pressure plus transient pressure shall be as indicated below. d. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. e. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA M9 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pounds per cubic foot 2) Live Load = AASHTO H-20 truck for unpaved conditions 3) Live Load = Cooper E-80 loading for railroad crossings 4) Trench Depth = As indicated on Drawings 5) Coefficient Ku = 0.150 6) Trench Width (Bd) as indicated on Drawings 7) Bedding Conditions = as indicated on Drawings 8) Pressure Class = 150 psi min. working pressure 9) Surge Allowance = 100 psi minimum a) where: Total Pressure (including surge) = 150 psi + 100 psi = 250 psi CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 12 of 19 10) Deflection Lag Factor = 1.0 11) Soil Reaction Modulus (E') < 1,000 12) Maximum calculated deflection, Dy=Dx=1% or D2/4,000 (inches), whichever is less 13) Coefficient k = 0.09 14) Pipe shall be designed for full vacuum conditions. f. Trench depths indicated on Drawings shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor (with concurrence from the pipe manufacturer) will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the City where this method is required. h. Steel Provided 1) Bar reinforcement = 40% of the total area of circumferential reinforcement 2) Steel Cylinder = 60% of the total area of circumferential reinforcement i. Minimum gauge thickness of steel cylinder for pipe and fittings shall be as designed, but not less than the following: Nominal Pipe Minimum Minimum Gauge Size(in 16 - 24 Gauge No. Thickness (in) 18 0.0478 30 16 0.0598 36 14 0.0747 42 13 0.0897 48 12 0.1046 54 11 0.1196 60 10 0.1345 66 10 0.1345 72 9 0.1495 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by welded joints or snap rings. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. 3) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 13 of 19 a) In no case shall the restrained distance be less than indicated on the Drawings. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. 1) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. 2) At a minimum, all fittings and specials with outlets shall be welded to connecting pipes regardless of if the fittings are indicated to be restrained in the Drawings. 3) Weld all joints at vertical and horizontal points of inflection regardless of if those locations are indicated to be restrained in the Drawings. 4) Welding(restraint) of joints on curved pipe sections (with minimum radius shown on Drawings) are not required to be restrained, unless called out on Drawings, or if thrust design warrants. 5) Restrained joints shall consist of welded joints or snap rings. 6) In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. c. Thrust restraint design 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9, TRDP, and the following: a) The Weight of Earth (We) shall be calculated as the weight of the projected soil prism above the pipe. (1) Soil Density = 130 pounds per cubic foot (maximum value to be used for unsaturated soil). b) Thrust design pressure equal to the working pressure plus surge pressure. c) Friction factor = 0.25 d. Thrust collars will only be permitted for temporary plugs. 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer. 3. Inside Diameter a. The inside diameter, of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance with Section 33 04 10. 5. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 6. Fittings with Flanges a. Flanged joints shall be provided at connections to valves and where indicated on the Drawings. b. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 11 13 - 14 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 14 of 19 c. Pipe flanges and field welding of flanges to Concrete Pressure Pipe shall conform to the requirements of AWWA C207 and AWWA C206. d. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. e. Flanges shall match the fittings or appurtenances which are to be attached. f. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and in accordance with ASME R16.1 Class 125 for areas designated with a 225 psi test pressure. 7. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 23,000 psi. The minimum thickness of sheet or plate for fittings shall be in accordance with AWWA C303. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A.. General 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for the proper functioning of the completed pipe line. 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M9, and in accordance with the pipe manufacturer's recommendations. 3. Lay pipe to the lines and grades show on the Drawings. 4. Excavate, embed and backf ll trenches in accordance with Section 33 05 10, 5. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash - during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.R.4. B. Pipe Handling 1. Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. 2. Before lowering into the trench and inspect each joint of pipe and reject or repair any damaged pipe. 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, belts or other equipment designed to prevent damage to the coating or lining. Chains will not be allowed. CITY OE FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -15 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 15 of 19 4. The equipment shall be kept in such repair that its continued use is not injurious to the coating. 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing 1. General a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. b. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. c. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. d. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. 1) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. Use joint spacers at all locations to prevent over -stabbing joints. f. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. g. After joining, check the position of the gasket with a feeler gauge. 1) If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. h. For interior welded joints, complete backfilling before welding. i. For exterior field -welded joints, provide adequate working room under and beside the pipe. 2. Exterior Joints a. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with 2 metal straps. 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has flowed entirely around the pipe. 4) During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. 5) Leave wrappers in place undisturbed until the mortar has set-up. 6) Do not embed or backfill over pipe for a minimum of two hours to allow mortar to set up. At the start of the project, excavate two joints of pipe to verify mortar does not have shrinkage cracks. 3. Interior Joints a. Upon completion ofbackfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE 1V —1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -16 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 1 fi of 19 b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. c. Ram or pack the stiffmortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weld joints in accordance with the AWWA M9 and AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds. 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. c. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. In all hand welding: 1) The metal shall be deposited in successive layers. 2) Not more than 118 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not he permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i, Furnish each welder employed with a steel stencil for marking the welds so that the work of each welder may be identified, 1) Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. a) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. j. Welders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -17 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 17 of 19 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. 2) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. k. Weld Testing 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. (1) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 5. Protection of Exposed Metal a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement mortar as previously specified for inside joints, unless otherwise specified in the Drawings. b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. d. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6. Patching a. Excessive field -patching of lining or coating shall not be permitted. b. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. c. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. d. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. e. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. f. Promptly remove rejected pipe from the site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -18 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 18 of 19 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field [oR] Site Tests and Inspections 1. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 1) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. 2. Deflection Testing a. Prior to hydrostatic testing, the City's inspector and Contractor shall perform deflection testing at a minimum rate of 2 measurements for every joint of pipe. b. City may reject any areas not meeting the deflection requirements of this Section. c. Complete internal welding of joints, welding inspections and grout of the inside joints prior to measuring deflection. The welding inspections shall be done by an independent CWI as described in Section 01 45 23. d. Deflection measurements shall be made by the City's inspector and Contractor. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the City, at the Contractor's expense. 2) Method for taking measurements shall be agreed to by the City in writing prior to installing the first joint of pipe. 3) Measurements shall be recorded by the Contractor. 4) Make deflection measurements no sooner than 5 days and no later than 30 days after backfilling operations are complete. e. Determine deflection with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be clearly marked on the interior of the pipe. 1) For pipe joints 36 feet in length, or less, vertical measurements shall be taken at two locations, 1/-distance from each pipe end. 2) For pipe joints exceeding 36 feet in length, vertical measurements shall be taken at 3 locations including %-distance from each pipe end and at the pipe midpoint. f. Correction of Pipe Not Complying with the Deflection Requirements 1) If the average joint deflection of a single joint of any single measurement fails to meet specifications, the entire joint shall be reworked in accordance with the manufacturer's recommendations and as directed by the City at no additional cost to the City. This may include uncovering the pipe, re -compaction of the pipe bedding, and repair of the coating. It is the Contractor's responsibility to continuously measure and calculate pipe deflection to verify it meets specification. 3. Closed Circuit Television (CCTV) Inspection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331113 -19 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 19 of 19 a. Provide a Post -CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 0131. 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 1.10.A.4.d. — Size revision for stull requirement 2.2.B.10, 11, 12 and 13 — Added reference to Sections 33 11 05 and 33 04 removed material specifications for bolts, nuts and gaskets 10; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 29, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable water mains a. 24-inch and larger valves may require an integral bypass B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 11 05 — Bolts, Nuts, and Gaskets 4. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Gate Valve a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: a) Various sizes 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various sizes and measured as provided under "Measurement" shall be included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) Valve box 3) Extension 4) Extensions for valves in vaults 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 6) Petrolatum tape for connections to steel flanges CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 7) 2-inch risers (for 16-inch and larger gate valves) 8) Isolation kits when installed with flanged connections 9) Polyethylene encasement 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Furnishing, placement and compaction of embedment 15) Furnishing, placement and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Cut -in Gate Valve a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" installed for: a) Various sizes 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various sizes and measured as provided under "Measurement" shall be included in the total lump sum price. c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) System dewatering 3) Connections to existing pipe materials 4) Valve box 5) Extension 6) Extensions for valves in vaults 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 8) Petrolatum tape for connections to steel flanges 9) 2-inch risers (for 16-inch and larger gate valves) 10) Isolation kits when installed with flanged connections 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 12) Polyethylene encasement 13) Pavement removal 14) Excavation 15) Hauling 16) Disposal of excess material 17) Furnishing, placement and compaction of embedment 18) Furnishing, placement and compaction of backfill 19) Clean-up 20) Cleaning 21) Disinfection 22) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTS1DE IV —1.5 MG EST CITY PROJECTNO_103292-1 Project Date: March 2023 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1.3 REFERENCES A. Abbreviations and Acronyms 1. NRS — Non Rising Stem 2. OS&Y — Outside Screw and Yoke B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331220.4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size 2. Polyethylene encasement and tape a. Whether the film is linear low density or high density cross linked polyethylene b. The thickness of the film provided 3. Thrust Restraint, if required by contract Documents a. Retainer glands b. Thrust harnesses c, Any other means 4. Instructions for field repair of fusion bonded epoxy coating 5. Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 or AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has live years experience manufacturing Resilient Seated Gate Valves of similar service and size with experience record. 4. Furnish affidavit that Resilient Seated (Wedge) Crate Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c_ Valves shall meet or exceed AWWA C509 or AWWA C515. d. For valves equipped with a bypass, the bypass valve must be of the same manufacturer as the main valve. e. Resilient Seated Gate Valves shall be new. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE CV — 1.5 MG EST CITY PROJECT NO. 103292-I Project Date: March 2023 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of successful experience manufacturing of Resilient Seated Gate Valves of similar service and size, and indicated or demonstrate an experience record that is satisfactory to the Engineer and City. This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and bypass; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Resilient Seated Gate Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 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. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C 115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required, 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non -buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. 7. Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. Nut shall be painted red per AWWA specifications e. Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque. f. Furnish handwheel operators for non -buried service, or when shown in the Drawings. 8. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 9. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 2.3 ACCESSORIES A. All gate valves shall have the following accessories provided as part of the gate valve installation: 1. A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve -operating nut c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting loosely enough to allow deflection 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section 01 60 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE 1V — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331220-8 RESII IFNT SEATED (WEDGE) GATE VALVE Page 8 of 10 d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. e. Each cover shall be casted with the word "WATER" or "RECLALMED" in raised letters on the upper surface. f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 3513. 1) Valve box covers shall be round for potable water applications and square for reclaimed water applications. g. Box extension material shall be AWWA C900 PVC or ductile iron. 2.4 SOURCE QUALITY CONTROL jNOT 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. All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ORI SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The City shall he given the opportunity to inspect all buried flanges before they are covered. 3. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. 4. If access and operation of the valve meet the City's criteria, then the valve will be accepted as installed. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSIDE IV — l.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331220-10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut -In Gate Valve 1.2.A.1.c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 11 05. 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 6/24/2014 D. Townsend 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.B.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership in foreign factories/foundries providing components to certify on -site quality control. 1.9.A.1.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 5/6/2015 D. Townsend 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 WESTSTDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331221-1 AWWA Rubber -Seated Butterfly Valves Page 1 of 11 SECTION 33 12 21 AWWA RUBBER -SEATED BUTTERFLY VALVES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. AWWA Rubber -Seated Butterfly Valves 1630-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as specified herein and shown on the Standard Products List. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.1 2. Added 1.1.C.5 3. Modified 1.2A.2.a 4. Added 1.2.A.2.b 5. Modified 2.2.A 6. Added 2.2.C.10.b 7. Modified 2.3.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 09 10 — Control Valve Actuator 6. Section 33 11 05 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. Unit Price - 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 "AWWA Butterfly Valve" installed for: 1) Various sizes b. Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. (03292-1 Project Date: March 2023 33 12 21 -2 AWWA Rubber -Seated Butterfly Valves Page 2 of 11 c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placing and compaction of embedment h. Furnishing, placing and compaction of backfill i. Clean-up j. Cleaning k. Disinfection 1. 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 National Standards Institute (ANSI): a. B 1.1, Unified Inch Screw Thread Series 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A536, Standard Specification for Ductile Iron Castings. d. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus, 5. American Water Works Association/American National Standards Institute (AWWAIANSI): a. CI 11/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 6- American Water Works Association (AWWA): a. C504, Rubber -Seated Butterfly Valves. b. C550, Protective Interior Coatings for Valves and Hydrants. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective CoatingsfNACE International (SSPC/NACE): a. SP 10/NACE No. 2, Near -White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. 8. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Rubber -Seated Butterfly Valves stating: a. Material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Dale: March 2023 331221-3 AWWA Rubber -Seated Butterfly Valves Page 3 of 11 b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification f. Valve Seat Type and bonding method to disc or body g. Valve -port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operator and extension stems 1. Opening direction 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber -Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast -in -place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber -Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 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. Manufacturers a. Rubber -Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Rubber -Seated Butterfly Valves shall be in conformance with AWWA C504. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTS1DE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 12 21 - 4 AWWA Rubber -Seated Butterfly Valves Page 4 of 11 c. Casings for Rubber -Seated Butterfly Valves; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Rubber -Seated Butterfly Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. d. Worm -gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504 & C5PV-3 Quarter -turn Worm Gear Operator, 2) AUMA GS Part -Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non-burier applications or WB series for direct -buried applications 5) Or Engineer approved equal 2. The AWWA Rubber -Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber -Seated Butterfly Valves having similar service and size. 3. Unit Responsibility 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, actuator and extension stems. 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 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. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331221-5 AWWA Rubber -Seated Butterfly Valves Page 5 of 11 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. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Manufacturer must meet valve seat requirements. B. Description 1. Regulatory Requirements a. AWWA Rubber -Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber -Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B 16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 3. Bolts and Nuts a. Flanged Ends CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri123, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331221-6 AWWA Rubber -Seated Butterfly Valves Page 6 of 11 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material 2) Provide bolts and nuts in accordance with Section 33 11 05. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B 1.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 11 05. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub -shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 Y2 times shaft diameter 3) Minimum diameter per AWWA C504 4) Horizontal orientation 7. Shaft Seals a. Valve shaft seals shall be self -compensating V-type packing with a minimum of 4 sealing rings. b. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9. Valve Seat a. Seats on Body (for transmission projects only) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body. 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the full 360 degrees circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (for transmission or water facility) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331221-7 AWWA Rubber -Seated Butterfly Valves Page 7 of 11 4) The resilient seat's mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance / Design Criteria a. Valve Classification shall be Class 250B b. Provide 24-inch butterfly valve suitable for modulating service in accordance with Section 33 09 10. D. Finishes 1. Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the latest revision of AWWA C550. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. b. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer's standard coating or as specified in the Contract Documents. c. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. d. Surfaces to be coated shall be prepared and sand -blasted per SSPC SP 10/NACE No. 2. e. Final coating thickness shall be 16 mils minimum. f. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. g. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. E. Marking for Identification 1. For each Rubber -Seated Butterfly Valve, clearly mark with the following information: a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 2.3 ACCESSORIES A. Rubber -Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 1. Below grade Rubber -Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. For 24-inch butterfly valve, provide actuator suitable for modulating service in accordance with Section 33 09 10 b. All other valves shall be provided with manual actuators, unless otherwise specified in the Drawings. c. Valves shall be opened by turning the actuator clockwise and close counter clockwise. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331221-8 AWWA Rubber -Seated Butterfly Valves Page 8of11 d. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. e. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. f. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. g. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing "Open" and "Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees h. Actuator shall be worm -gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. 2) Worm gear drive sleeve and worm shaft shall be of solid, I -piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom -entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. Worm gear operator shall include handwheel with maximum 80 pound rim pull or a 2- inch AWWA Nut with a maximum 150 ft. lbs required input torque 4) Materials of Construction a) Housing: Ductile Iron b) Drive sleeve: Bronze c) Worm: Alloy steel with splined input drive connection d) Bearings: Heavy duty tapered roller bearings e) Finish: Thermostatically Applied Polyester Powdercoat f) Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. a) With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi -turn "torque - only" electric valve actuator. (1) Supplier shall include the Number of Turns required to complete on Open -to -Close stroke in the Equipment Submittal. 3. Extension Stem a. Keyed solid extension stern of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the valve is 3 feet or more beneath the surface of the ground 1) Not required for City stock orders. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV — 13 MG EST CITY PROJECT NO, 103292-1 Project Date: March 2023 33 12 21 - 9 AWWA Rubber -Seated Butterfly Valves Page 9 of 11 2) Extension stems shall not be bolted or attached to the valve -operating nut. 3) Extension stems shall be of cold rolled steel with a cross -sectional area of 1 square inch, fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 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] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All Rubber -Seated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. 2. For buried applications, Rubber -Seated Butterfly Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00. All vault appurtenances shall be installed in accordance with Section 33 05 16. 3. All excavations shall be backfilled in accordance with Section 33 05 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri123, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 3312 21 -10 AWWA Rubber -Seated Butterfly Valves Page 10 of 11 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loll] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed Rubber -Seated Butterfly Valve, 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 to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber -Seated Butterfly 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 [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 21319 WESTSIDE IV --1.5 MG EST CITY PROJECT NO. 1 03292-1 Project Date. March 2023 33 1221 - 11 AWWA Rubber -Seated Butterfly Valves Page II of 11 Revision Log I)ATI . NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A — Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 2.2.C.3 and 4 — Added Section 33 l 105 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 6/24/2014 D. Townsend I.1.A Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches; Blue text included for exceptions I.6.C.3 Added Section. Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.I.c Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.I .d Added Section. Acceptable worm gear type actuators. 2.2.A.2. Added Clarification. Accepted product can be listed in this specification 2.3.A.2.g. 3&4. Format Change. Added Item 4 to Item 3. 2.3.AQ.2.g.3. Addition: "or 2-inch AWWA Nut with a maximum 150 ft lbs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.0 & 2.3.A.2.c.1 Modification. Manual actuator to have adjustable stops 04/23/2019 Walter Norwood 1.1.A previously referenced "...as specified herein and shown on the Drawings." and was updated to reflect "...as shown on the Standard Products List." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 3312 25 CONNECTION TO EXISTING WATER MAINS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b 3. Modified 1.2.A.2.a. 4. Added 1.2.A.2.b 5. Modified 1.2.A.3.b.1 6. Added 1.2.A.3.b.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 — Location of Existing Utilities 6. Section 33 11 05 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Connection to Existing Water Mains 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item are included in the total lump sum price. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Projcct Date: March 2023 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item for various sizes of existini water distribution main shall be Included in the total lump sum price. c. The price hid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. h. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lump sum price for: a) Various sizes of connectinu main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IY -- 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 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) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. 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, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low - and Intermediate -Tensile Strength. g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331225-4 CONNECTION TO EXISTING WATER MAINS Page4of8 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6,2013 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and re -pressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 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 by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 33 05 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de - chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD FOR] 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•C.3 and 4 — Added reference to Section 33 11 05 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 12 40 - 1 FIRE HYDRANTS Page 1 of 7 SECTION 33 12 40 FIRE HYDRANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Modified 1.2.A.2.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 — Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 14 — Buried Steel Pipe and Fittings 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the hydrant, complete in place. 2. Payment a. Unit Price - The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured under "Measurement" will be included in the total lump sum price. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry -Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g. Excavation h. Freight, loading, unloading and handling i. Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331240-2 FIRE HYDRANTS Page 2 of 7 j. Furnish, placement and compaction of embedment k. Furnish, placement and compaction of backfill 1. Blocking, Braces and Rest m. Clean up n. Disinfection 1.3 TESTINGREFERENCES A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry -Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) - Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components Health Effects 4. National Fire Protection Association (NFPA) a_ 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire -Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Dry -Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. IC3292-1 Project Dale: March 2023 331240-3 FIRE HYDRANTS Page 3 of 7 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED LoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar service and size. B. Description CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331240-4 FIRE HYDRANTS Page 4 of 7 1. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. b. All Dry -Barrel Fire Hydrant components in contact with potable water shall ccnf'orm to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 718 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 2'/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Vale a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3,2014 WESTSIDE IV - 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331240-5 FIRE HYDRANTS Page 5 of 7 a. Internal parts 1) Threads a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with 0-rings. 3. Provide crushed rock for placement around base conforming to Section 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry -Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 1240-6 FIRE HYDRANTS Page 6 of 7 PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION (NOT USED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3.2014 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 331240-7 FIRE HYDRANTS Page 7 of 7 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. B. Non -Conforming Work 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17, the Contractor will remedy the situation criteria, at the Contractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.F.2.a.1).a),(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations 11/27/2013 D. Townsend Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 1 1/3/2014 D. Townsend H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 16 19 - I COMPOSITE ELEVATED WATER STORAGE TANK Page 1 of 26 SECTION 33 16 19 COMPOSITE ELEVATED WATER STORAGE TANK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. This section includes the design, construction, testing, and commissioning of a Composite elevated tank and related work including foundations, painting, electrical, mechanical and appurtenances. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 08 11 19 - Steel Doors and Frames 4. Section 08 33 23 - Overhead Coiling Doors 5. Section 08 71 10 - Finish Hardware 6. Section 09 91 00 — Painting 7. Section 09 97 14 - Steel Water Storage Tank Coating 8. Section 26 09 10 — Instrumentation 9. Section 33 04 10 — Joint Bonding and Electrical Isolation 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 3. The price bid will include: a. Composite elevated water storage tank, in accordance with the requirements of AWWA D107 Standard for Composite Elevated Tanks for Water Storage b. Excavation c. Forms d. Concrete e. Reinforcing steel f. Backfill g. Cast -in place reinforced concrete slab h. Concrete pedestal i. Welded steel tank j. Piping k. Appurtenances 1. Pipe connections WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-2 COMPOSITE ELEVATED WATER STORAGE TANK Page 2 of 26 m. Hauling n. Disposal of excess materials o. Placement and compaction of backfill p. Permits q. Clean-up r. 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 National Standards Institute (ANSI): a. ANSI B16.5, Pipe Flanges and Flanged Fittings b. ANSI ASCE 7, Minimum Design Loads for Buildings and Other Structures 3. American Society of Civil Engineers (ASCE): a. Standard 7-02, Minimum Design Loads for Buildings and other Structures 4. ASTM International (ASTM): a. ASTM A 123, Zinc Coatings on Iron and Steel Products b. ASTM A 240, Stainless Steel Plate, Sheet and Strip for Pressure Vessels c. ASTM A 285, Pressure Vessel Plates, Carbon Steel d. ASTM A 774, Welded Stainless Steel Fittings e. ASTM A 778, Welded Stainless Steel Tubular Products 5. American Water Works Association (AWWA): a. AWWA D 107, Composite Elevated Tanks for Water Storage b. AWWA D100, Welded Steel Tanks for Water Storage c. AWWA D102, Coating Steel Water Storage Tanks d. AWWA C652, Disinfection of Water Storage Facilities 6. American Concrete Institute (ACI): a. ACI 117, Standard Tolerances for Concrete Construction and Materials b. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete c. ACI 305, Hot Weather Concreting d. ACI 306, Cold Weather Concreting e. ACI 318, Building Code Requirements for Structural Concrete f. ACI 347, Guide to Formwork for Concrete 7. American Institute of Steel Construction (AISC): a. AISC S335, Specification for Structural Steel Buildings 8. American Petroleum Institute (API): a. API 650, Welded Steel Tanks for Oil Storage 9. Federal Aviation Administration (FAA): a. FAA 70/7460-1H, Obstruction Marking and Lighting 10. National Fire Protection Agency (NFPA): a. NFPA NEC, National Electric Code b. NFPA 780, Standard for the Installation of Lightning Protection Systems 11. National Science Foundation (NSF): a. NSF 61/600, Standard for Drinking Water System Components 12. Occupational Safety and Health Administration (OSHA): WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 -3 COMPOSITE ELEVATED WATER STORAGE TANK Page 3 of 26 a. OSHA 29 CFR, Part 1926 Safety and Health Regulations for Construction 13. Society for Protective Coatings (SSPC) a. SSPC VIS-89, Visual Standard for Abrasive Blast Cleaned Steel 14. Texas Commission on Environmental Quality (TCEQ) 15. International Building Code and associated standards, {2021} Edition including all amendments, referred to herein as Building Code. 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 manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Concrete Mix Design 2. Piping 3. Valves 4. Fittings 5. Ladders 6. Walkways 7. Railings 8. Electrical 9. Telemetry 10. Site Improvements 11. Tank Nameplate 12. Doors 13. Hatches 14. Logo B. Geotechnical Report 1. Provide a geotechnical report performed by an independent third -party firm. Independent third party may be the same as the geotechnical firm used for the design phase. The independent firm's investigation shall, at a minimum, include the following as a separate report from the design phase: a. A minimum of 3-test holes b. Maximum allowable bearing pressure (with minimum safety factors in accordance with AWWA D107) c. Settlement d. Uplift potential e. Foundation recommendation f. Contractor may use the same geotechnical firm 2. The geotechnical report shall be sealed by a Professional Engineer licensed in the State of Texas. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 -4 COMPOSITE ELEVATED WATER STORAGE TANK Page 4 ❑f26 3. If the Contractor's geotechnical report yields results which vary from the original geotechnical report included in the bidding documents, the Contractor shall notify the City in writing within 3 working days. In no case shall the design include allowable bearing pressure that is greater than the original report. In the case of substantial variation in the reports, the City will direct the Contractor in procedures to coordinate results. C. Shop Drawings 1. Provide shop drawings and design calculations, scaled by a Licensed Professional Engineer in Texas, including: a. Fabrication drawings, to scale, of: 1) Elevation, Plan, and Section Views of: a) Foundation b) Support Structure c) Tank d) Appurtenant equipment and accessories 2) Foundation Details a) Excavation b) Soil protection and backfill requirements 3) Steel Tank Details a) Components, fabrications, weld joints, and a layout showing all primary and secondary shop and field welds. 4) Reinforced concrete details a) Construction joints b) Openings c) Inserts d) Reinforcement shall be clearly indicated on the structural drawings and identified by mark numbers that are used on the fabrication schedule. e) Location, spacing and splice dimensions shall be shown. f) Placement and fabrication details shall conform to ACI 3 ] 8. b. Design calculations, including but not limited to: 1) Table showing capacity of the tank in gallons at all levels in one -foot increments. 2) Design for the foundation, support structure, tank and other components. Include the design basis, loads and load combinations and results that show conformance with specifications and referenced codes and standards. 3) A finite element analysis that accurately models the intersecting elements of the interface region. The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank cone and the tank floor to the concrete support wall. The analysis shall provide results including the shear, moment, and compression or tension caused by the intersecting elements in the interface region. D. Samples 1. Coating Sample Colors E. Certificates 1. Steel Mill Certificates 2. Certification of Welding Inspectors F. Test and Evaluation Reports WESTSIDE IV — 1.3 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-5 COMPOSITE ELEVATED WATER STORAGE TANK Page 5 of 26 1. Geotechnical Report performed by Contractor 2. Report of Inspection of Foundation -Bearing Stratum 3. Visual Inspection Report for Compliance with Tolerances 4. Visual Inspection Report for Steel Tank Welding in Compliance with AWWA D107 5. Concrete Test Reports 6. Weld Test Reports and Radiographs 7. Painting Inspection Reports 8. Hydrostatic Test Reports 9. Settlement Monitoring Reports 10. Density Reports for Backfill G. Manufacturer Reports 1. Manufacturers Certificates and Field Reports 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data 1. Provide six (6) manuals that include operating instructions and maintenance procedures for the elevated tank and all applicable appurtenant equipment, mechanical components and accessories in accordance with Section 01 78 23. Include tank information; dimensioned drawings, piping diagrams and design data. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Special Prequalification: Failure to meet the qualification requirements is failure to fulfill the Contract. 1. Prequalification Submittal: a. Tank Contractors must submit pre -qualifications in accordance with Section 002113and004511. 1) Pre -qualifications must be received by the City no later than fourteen (14) days prior to the date of the opening of the bids. 2) The City will provide a list of prequalified tank contractors seven (7) days prior to the date of the opening of bids. 2. Prequalification Requirements: a. Composite Elevated Storage Tank Contractor (AWWA D107) 1) Contractor must meet the requirements of Section 00 4511. 2) Contractor bidding this work shall be a specialist in the design and construction of composite elevated storage tank in accordance with AWWA D107 and shall have constructed (in the company's own name) a minimum of ten (10) such structures of 1.5 MG, or greater, which have been in successful service for a minimum of five45) two (2) years. 3) The Contractor shall furnish evidence of successful experience by including project owner, project name, location, tank dimensions, soil conditions, and any claims and resolutions. Owner's representative with address and telephone number shall be provided. B. Certifications WESTSIDE IV — 1.5 MG EST CITY PROTECT No. 103292-1 Project Date: March 2023 331619-6 COMPOSITE ELEVATED WATER STORAGE TANK Page 6 of 26 1. Provide certification from the engineer of record that the elevated tank has been designed in accordance with the requirements of the specification. 2. Provide certification that the project has been constructed in accordance with the contract documents, specifications and approved submittals. 3. Provide certification that testing and inspection requirements of 3,07 have been performed and the results comply with the requirements of the specification, 4. Provide shop and field weld procedures for all structural joints on the steel tank and the name of the certified welding inspector (CWI) that will perform spot inspections of the shop and field welding process. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. The Contractor shall handle materials and fabricated components in a manner that will protect them from damage. 2, Allow painted materials adequate cure time prior to stacking or shipping. B. Storage and Handling Requirements 1. Protect delivered materials and equipment from damage. Store in well -drained areas and provide blocking to minimize contact with the ground. Repair any surfaces that show evidence of deterioration or contamination. 2. All appurtenances shall be stored in accordance with the manufacturers' recommendation. 1,11 FIELD CONDITIONS A. Permits and. Easements 1. Permits, licenses, and easements required for permanent structures, changes in existing facilities or advancement of the construction as specified, shall be secured and paid for by the City prior to the start of construction. These include building permits, airspace authority approval, site access easements, highway crossing permits, etc. 2. Licenses or permits of a temporary nature required by specific trades shall be the responsibility of the Contractor. 13. Existing Conditions 1. A gcotechnical investigation has been carried out at the site. The foundation recommendations are included in the report prepared by the Geotechnical Engineer for bidding purposes only. The Contractor shall be responsible for performing an additional geotechnical investigation as described in Section 3.3.B herein. C. Access I. The Contractor shall provide an all-weather access from public and gas roads to the tank site for construction equipment and City maintenance vehicles. 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division t. B. Warranty Documentation WE.STSIDE 1V - 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 -7 COMPOSITE ELEVATED WATER STORAGE TANK Page 7 of 26 1. The Contractor shall guarantee the structure, appurtenant equipment and accessories provided under this section against defective design, workmanship or materials for a period of two years from the date of final completion in the contract Maintenance Bond. If notified within this period, the Contractor shall repair any defects at no cost to the City. Defects caused by damaging service conditions are not covered. 2. All guarantees for materials, equipment and accessories provided under this section shall be obtained by the Contractor and submitted. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only manufacturers prequalified per City requirements will be considered. B. Description 1. The Composite elevated tank shall consist of the following: foundation, reinforced concrete support structure and a welded steel water tank. The support structure shall extend vertically from the foundation as a circular concrete wall. A domed concrete slab shall be provided as structural support for the steel tank within the perimeter of the wall. A reinforced concrete ring beam shall be provided to connect the steel tank, concrete dome and concrete support wall. The elevated tank shall be in accordance with the dimensions and details required by these specifications and drawings. 2. Regulatory Requirements a. The standards, specifications, procedures, codes, and regulations of the entities referenced in Article 1.3 shall be observed and followed as applicable and as specified. b. The elevated tank shall be designed and constructed in compliance with the governing building code and with other applicable federal, state and local regulations. c. Personnel safety equipment shall be provided in accordance with OSHA requirements and manufacturers documentation. C. Performance / Design Criteria 1. Operating Parameters a. Minimum capacity within operating range 1,500,000 gallons b. Maximum operating range 40.00 ft c. Elevation 1) Overflow/top capacity level 1065.00 ft 2) bottom capacity level 1025.00 ft 3) grade slab 956.00 ft 4) final ground Per Site Grading Plan d. Inlet / Outlet Pipe Diameter 24 in. e. Overflow Pipe Diameter 18 in. £ Maximum fill and drain rate 17,000 gpm 2. General Design WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-8 COMPOSITE ELEVATED WATER STORAGE TANK Page 8 of 26 a. Design Standards - The structural design of the elevated storage tank shall conform to the following design standards except as modified or clarified by this section. 1) Foundations and Support Structure: AWWA D107 2)Composite Elevated Tank: AWWA D107 b. Design Parameters - The applicable design parameters are: 1) Seismic Design in accordance with ASCE 7 2) Design Wind Speed 120 mph 3) Design Snow Load minimum 25 psf and in accordance with AWWA D107 3 Design Loads a. Design loads shall be in accordance with AWWA D107 and ASCE 7. 1)Dead load shall be the estimated weight of all permanent structural components, attachments, and equipment. 2) Water load shall be the weight of water when the tank is filled to overflow/top capacity level. 3)Roof live load in addition to snow load: none. 4) Roof snow load shall be determined in accordance with AWWA D 107. Ground snow load shall be determined from Figure 7-1 in ASCE 7. 5) Wind loads shall be in accordance with ASCE 7 for wind exposure category C, and basic wind speed in accordance with Figure 26.5-1B in ASCE 7, and shall not be less than 120 mph. 6) Horizontal and vertical seismic loads shall be in accordance with AWWA D107 and the Site Class as determined in Chapter 20 ASCE 7. a) Importance factor I = 1.50. b) Response Modification Coefficient R < 3.0 4. Combination of Loads a. The effect of combination of loads shall be considered in accordance with AWWA D107. D. Materials 1. Reinforced Concrete a. Concrete materials and reinforcement shall comply with ACI 318, except as modified in this section. 2. Steel Tank a. Steel tank components, including steel plates, sheets, structural shapes and filler metals shall be in accordance with AWWA D107. 3. Piping and Fittings a. All materials to come in contact with potable water shall be tested in accordance with NSF 61/600. Piping and fittings shall conform to: 1) Steel Pipe AWWA C200 2) Ductile Iron Pipe AWWA C 150 & C151 3) Ductile Iron Fittings AWWA C 110 4)Concrete Pressure Pipe, Bar -Wrapped Steel Cylinder Type AWWA C303 5) PVC Pipe AWWA C900 E. Concrete Foundation 1. See Article 1.6 for independent third -party geotechnical report requirements for foundation design. 2. The concrete foundation shall be designed in accordance with AWWA D107. 3. Minimum compressive strength of 4,000 psi at 28 days WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 9 COMPOSITE ELEVATED WATER STORAGE TANK Page 9 of26 4. Service load reinforcement tension stress shall not exceed 30,000 psi under dead plus water load unless flexural cracking is otherwise controlled in accordance with alternate provisions outlined in AWWA D107. 5. Pipe cover specified in the drawings dictates minimum foundation depth in addition to AWWA D107. F. Concrete Support Structure (Pedestal) 1. The cast -in -place concrete support structure shall be designed in accordance with AWWA D107 and ACI 318. 2. Minimum compressive strength of 4,000 psi at 28 days 3. Maximum water-cementitious material ratio of 0.50. 4. Maximum specified compressive strength of concrete for the wall and dome shall be 6,000 and 5,000 psi respectively 5. Minimum concrete cover to reinforcement shall be per ACI 318, Section 7.7.1., but not less than 1-inch. 6. Support Wall a. Reinforced concrete with a minimum thickness of 8 inches exclusive of any rustication or architectural relief. b. Wall thickness shall be provided such that the average compressive stress due to the weight of the structure and stored water is limited to 25% of specified compressive strength, but not greater than 1000 psi. c. A minimum total wall reinforcement of 0.15% vertically and 0.20% horizontally shall be distributed approximately equally to each face. For horizontal reinforcement utilizing No. 6 bars and larger, minimum total wall reinforcement shall be 0.25%. 7. Tank Floor a. Tank floor shall be a reinforced concrete dome not less than 8 inches thick. b. The average compressive stress due to the weight of the structure and stored water shall not exceed 13% of the specified compressive strength, nor greater than 600 psi. c. Minimum total reinforcement in orthogonal directions shall be 0.40% distributed approximately equally to each face. Additional reinforcement shall be provided as required for stress caused by edge restraint effects. 8. Openings a. Openings shall be designed in accordance with AWWA D 107. b. Openings 8 ft. 0 in. or wider used for vehicle access shall be strengthened against vehicle impact and local buckling by means of an internal buttress located on each side of the opening. The buttress shall consist of a thickened, reinforced concrete wall section that is integrally formed and placed with the support wall. The buttress section shall be not less than 3 ft. 0 in. wide and 6 in. thicker than the nominal wall dimension. G. Concrete Support Structure/ Steel Tank Interface 1. Interface Region a. The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank floor and steel tank floor to the concrete support wall. This includes a ring -beam and connection details. b. The Interface Region shall be designed in accordance with AWWA D107. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 10 COMPOSITE ELEVATED WATER STORAGE TANK Page 10 of 26 c. The geometry of the interface shall provide for positive drainage and not allow either condensate or precipitation to accumulate at the top of the concrete wall or ring -beam. 2. Ring -beam a. Ring -beam design shall be in accordance with AWWA D107 and consider unbalanced forces from the following: 1) Steel tank cone 2) Steel concrete dome 3) Load conditions varying with water level 4) Eccentricity of loads resulting from design geometry 5) Allowance for variations due to construction imperfection and tolerance. b. The ring -beam shall be reinforced concrete with a nominal width and height of at least two times the support wall thickness. c. Minimum circumferential reinforcement shall be 0.40% of the gross concrete area. d. For direct tension, reinforcement shall be provided such that the average service load stress in tension reinforcement due to the weight of the structure and stored water does not exceed 12,750 psi. H. Steel Tank 1. The steel tank shall be all welded construction and shall be designed in accordance with applicable sections of AWWA D107. The required capacity and dimensions of the tank are noted on the drawings and in the specifications. All exposed lap joints shall be fully seal welded on both sides. Drip rings shall be provided on the top and bottom of the tank shell. 2. Plate Thickness a. All members shall be designed to safely withstand the maximum stress to which they may be subjected during erection and operation. b. The minimum thickness of any steel plate in contact with water shall be 1/4 in. c. Plate thickness per AWWA D107. 3. Roof Details a. The roof of the steel tank shall be conical or dome -shaped and designed in accordance with AWWA D107. 1) For a conical shape, the roof shall contain a slope ranging from 8:1 to 12:1. The intersection of the vertical wall plate and the roof shall be configured with a 2'-6" high by 1'-6" wide transition knuckle. 2) A flat domed roof with a 2'-6" pressed knuckle transition is also acceptable. b. All structural members supporting the roof of the steel tank shall be flat bar or sealed square tubular sections and located above the top capacity level. c. Support beams shall be seal welded to the underside of the roof plate along the entire length of the beam. 2.3 ACCESSORIES A. Accessories shall comply with the minimum requirements of the Specifications, Codes and Standards listed in 1.3, current applicable safety regulations, and the operating requirements of the structure. Design loads must meet minimum requirements of ASCE 7 and shall comply with OSHA 29 CFR 1910. B. Ladder Access WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 11 COMPOSITE ELEVATED WATER STORAGE TANK Page 11 of 26 1. Ladders shall be provided from the slab on grade inside the base of the support wall to the upper walkway platform located below the tank floor. The tank floor manhole shall be provided with ladder access from the upper platform. A ladder shall extend from the upper platform through the access tube interior to the roof. 2. A ladder mounted on the access tube exterior shall be provided for access to the tank interior, extending from the roof manhole to the tank floor. 3. Ladders that terminate at platforms or landings shall extend a minimum of 48 in. beyond the platform elevations. Grab bars will be needed per OSHA 1910.23 on the tank roof at the roof hatches. 4. The post shall extend 42-inches above the top of the ladder and be constructed of hot dip galvanized steel. Mounting hardware shall be galvanized. 5. Ladders located in the concrete support structure and access tube interior shall be galvanized steel. Tank interior ladders shall be stainless steel. 6. Ladder side rails shall be a minimum 3/8-in. by 2 in. with a 16 in. clear spacing. Rungs shall be minimum 3/4-in. diameter, spaced at 12 in. centers and plug welded into holes drilled in the side rails. 7. Tank interior ladders shall be provided with 1-in. diameter rungs and 1/2 in. x 2-in. side rails and shall be fully seal welded. Rungs shall be skid resistant. 8. All ladder widths shall be a minimum of 16-inches. 9. Ladder shall be secured to the adjacent structure by brackets located at intervals not exceeding 10 ft. Brackets shall be of sufficient length to provide a minimum distance of 7 in. from the center of rung to the nearest permanent object behind the ladder. Ladder brackets located on the access tube exterior shall be reinforced at the access tube shell so that potential ice damage is confined to the ladder and bracket and not the access tube shell. Ladder side rails must be continuous without breaks in them. 15 inches of clearance from the center of the ladder to each side is required in accordance with OSHA 1910.23. C. Safe Climbing Device 1. Safe climbing system shall be Honeywell Miller DuraSeal Self -Retracting Lifeline as approved by the City. 2. A caution sign shall be provided at the lowest point of access to the ladder requiring safe climbing devices. The sign shall read "CAUTION -Safety Equipment Required when Climbing Ladder". The sign shall be secured to the wall. D. Intermediate Platforms 1. Provide an intermediate offset platform on the support wall ladder at a maximum of 30 feet from the tank floor and at light locations. 2. Provide receptacle outlets at light locations on separate circuit than light fixture. 3. Platforms shall be a minimum 3 ft. x 5 ft. and provided with handrails, midrails and toe plates in accordance with OSHA requirements. Grating shall be used for the walking surfaces. All components shall be galvanized steel, aluminum, or stainless steel. E. Upper Platform 1. A 4 ft. wide upper walkway platform shall be located at the top of the support wall to provide access from the support wall ladder to the roof access ladder located on the interior of the access tube and to the inlet, outlet, and overflow piping as shown in the plans. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-I Project Date: March 2023 33 16 19 - 12 COMPOSITE ELEVATED WATER STORAGE TANK Page 12 of26 2. Platforms shall be provided with handrails, midrails and toe plates in accordance with AWWA D107. 3. Grating shall be used for the walking surface. 4. All components shall be galvanized steel. 5. A fixed lanyard shall be provided at platforms to provide fall prevention. F. Support Wall Doors 1. Personnel door and associated finish hardware shall be in accordance with Sections 08 11 19 and 08 71 10. 2. Door locks shall incorporate a security system to assure that keys used during construction will not open doors after occupancy. All locks shall be keyed in accordance with the City's requirements. 3. Quantity and location of personnel door(s) shall be as shown on the drawings. 4. Overhead door shall be in accordance with Section 08 33 23. Install exterior safety posts to protect the door opening. 5. Size, quantity and location of vehicle door(s) shall be as shown on the drawings. G. Tank Openings 1. General a. All openings shall provide a minimum of 30 inches clearance from the center of the ladder rungs to the back of the opening, on the climbing side of the ladder, as required by OSHA 1910.23. b. Any distance less than 30 inches shall include a deflector plate as required by OSHA 1910.23. c. The clearance shall not be less than 24 inches. 2. Floor a. Provide a watertight, 30-in. diameter manhole through the tank floor. b. The manhole shall open into the tank and be operable from a ladder located on the upper platform and shall be designed to withstand the pressure of the tank contents without leakage. c. The manhole assembly shall include a stainless steel handwheel operator and threaded components. 3. Roof a. Provide two 36-in. wide square access hatches on the roof of the tank. 1) One hatch shall allow egress from the access tube to the roof. 2) The second hatch, located adjacent to the first, shall allow access to the interior of the tank via the ladder mounted on the exterior of the access tube. The openings shall have a minimum 4-in. curb. 3) The third hatch shall allow access to the tank interior rigging rails. Guardrails shall be supplied in accordance with OSHA 1910.28. b. Provide aluminum covers with a 2 in. down turned edge, stainless steel hardware, hold open arm, and a locking mechanism. Material shall be minimum 3/16-inches thick ASTM A36, or approved equal. Minimum opening shall be 30 inches square. c. Hatch to be Bilco E-4AL, or approved equal. H. Access Tube 1. Provide a minimum 60-in. diameter centrally located access tube through the steel tank to provide access to the tank roof from the upper walkway platform. WESTSIDE 1V — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 13 COMPOSITE ELEVATED WATER STORAGE TANK Page 13 of 26 2. The access tube shall incorporate a 2 in. by 2 in. channel to collect condensation that may form on the interior surface. A flexible 3/4 in. PVC hose complete with backflow preventer shall drain the channel to the overflow pipe. I. Roof Railing/ Antenna Support 1. A 42-in. high roof guardrail shall be provided to enclose all centrally located roof accessories. 2. Guardrail shall be a minimum of 24 ft. in diameter. 3. The guardrail shall be designed for additional loads associated with the attachment of eight future antennas. No antennas have been identified for placement at this time. 4. Provide a 4-in. toeboard and coat guardrail per the tank exterior system. J. Communication and Antenna Cable Provisions 1. Provide the following for future communication and antenna cable routing. This work includes the following: a. Three bundles of six - 4" Schedule 40 PVC conduits complete with long radius (min 10") 90-degree bend and end caps as shown on the drawings. Size and location of the wall opening shall allow the conduit to terminate as close to the support wall as possible. This grouping of conduits shall serve as the pedestal entry location suitable for a single provider and is typical of four locations. b. Provide an interior rigging rail suitable for rolling trolleys at the top of the support wall accessible from the upper platform. c. Provide industry standard 35" long pre -punched "Z" bracket at 5 ft vertical spacing directly above the conduit entry locations at the base of the support wall to a point 100 ft above grade. Provide similar brackets in vertical position at 5 ft centers around the perimeter of the support wall. K. Antenna Conduit Slot and Feed Thru Plate 1. Provide antenna conduit slots and feed thru plates for future wireless security communication conduit as shown in the plans. The number and orientation of the conduit feed-thru plates shall be coordinated with the City. Contractor shall submit structural shop drawings for both appurtenances. L. Rigging Access 1. Provide a 30-in diameter. opening at the top of the support wall. This opening shall be accessible from a platform and shall provide access to the exterior rigging rail located at the tank/support wall intersection. The access opening shall be provided with a hinged stainless steel cover or a removable vent in accordance in accordance with Section 2.3.Q.2. 2. A minimum 36-in. diameter opening shall be provided on the tank roof to provide access to the tank interior rigging rails. This access opening may be combined with a pressure/vacuum relief mechanism. M. Painters Rail 1. Provide permanently installed painter rails suitable for rolling trolleys at the interior of the tank at the wall/roof and access tube/roof connections. 2. Provide an exterior painters rail at the base of the tank adjacent to the support structure. N. Piping WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 14 COMPOSITE ELEVATED WATER STORAGE TANK Page 14 of26 1. Inlet/Outlet Pipe a. Provide an inlet/outlet pipe that extends from the base of the support structure to the tank floor elevation. Provide a minimum of 6-in. high removable silt stop where the inlet and outlet pipes enter the tank. The bottom capacity level of the tank's operating range shall be at or above the elevation of the top of the silt stop. b. Pipe and fitting material within the support structure shall be Schedule 10S Type 304L stainless steel as shown on the drawings and designed in accordance with AWWA D 107. Pipe material below the grade slab shall be flanged cement - mortar lined ductile iron suitably restrained to prevent movement. c. The inlet and outlet pipes shall be designed to support all related static and dynamic loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 feet and designed in accordance with AWWA D107. d. The inlet and outlet pipes shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipes. The required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipes. 2. Overflow Pipe a. The top of the overflow shall be located within the tank at the overflow elevation. It shall run vertically beside the central access tube and extend through the tank floor, at which point it shall turn 90° and run under the tank floor to the support wall. This horizontal run shall be sloped to drain. The pipe shall then turn 90° and run vertically beside the support wall to grade. A base elbow shall direct the overflow through the support wall, where the pipe shall be terminated with a flap valve and a concrete splash pad. The flap valve shall open under an unseating head of 0.5-ft min. to 5 ft maximum. b. Pipe material within the support structure shall be Schedule 10S Type 304L stainless steel as shown on the drawings and designed in accordance with AWWA D107. If the top of overflow is located above top capacity level, the tank shall be designed for the additional capacity provided by the difference. c. The entrance to the overflow pipe shall be designed for the maximum inlet flow rate specified in 2.2.C. The design shall be based on the water level cresting within 8 in. above the overflow elevation. A conical or rectangular weir shall be provided if the entrance capacity of the overflow pipe diameter is not adequate. A vortex prevention device shall be used. d. The overflow shall be designed to support all related static, dynamic, and thermal loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 ft designed in accordance with AWWA D107. The overflow and weir section within the tank shall be supported by the central access tube. e. The overflow pipe shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipe. A layout with sufficient upper offset to accommodate differential movement is acceptable. If this method is not applicable, the required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipe. 3. Inlet / Outlet and Overflow Piping Connection WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 Q. 33 16 19 - 15 COMPOSITE ELEVATED WATER STORAGE TANK Page 15 of 26 a. Provide an 8 in. lateral pipe with gate valve with hand wheel that connects the inlet and overflow near grade to provide a means of draining the tank. 4. Stainless Steel Pipe — Other Requirements a. Pipe, fittings and flange thickness shall be in accordance with the manufacturers certified pressure rating for the applicable service pressures. The design pressure rating shall be 150 psi minimum except for overflow piping. b. Pipe and fittings shall be Type 304L stainless steel fabricated from material meeting the requirements of ASTM A-240. Fabrication, inspection, testing, marking, and certification of pipe and fittings shall be in accordance with ASTM A-778 and A-774 respectively. Backing flanges shall be in accordance with ASTM A285-C drilled to ANSI B16.5 Class 150. Pipe, fittings and welds shall be cleaned and passivated. c. Dielectric flanged fittings (isolation kits) shall be provided between any connections of stainless steel and steel or ductile iron. See Section 33 04 10. d. Final stainless steel piping shall be free of rust. Any rust must be removed by the Contractor. O. Floor Drain 1. Floor drains shall be installed on the ground floor as shown in the plans. Floor Drains shall drain to gravel pit minimum of 20 feet from base of tank. P. Tank Drain 1. A tank drain shall be provided to completely drain the tank contents if the inlet/outlet pipe does not intersect the low point of the tank. A four -inch drain pipe located at the low point of the tank bowl floor shall be fitted with a threaded plug with a stainless -steel or bronze ball valve with a tee handle. Flexible stainless -steel piping with a 90-degree sweep shall connect and drain to the overflow pipe. Ventilation 1. Tank Ventilation a. The tank vent shall be located on the tank roof near the top of support structure. b. Tank vent shall be sized to accommodate the fill and drain rates indicated in this Specification. The vent provided shall have a minimum net free vent area of 500 in.2 c. Vents shall consist of stainless steel or aluminum components, including a support frame, screened area and cap. The support shall be fastened to a flanged opening in the tank roof. The vent cap shall be provided with sufficient overhang to prevent the entrance of wind driven debris and precipitation. A minimum of 4 in. shall be provided between the roof surface and the vent cap. d. Each tank vent shall have an intake and relief capacity sized to prevent excessive pressure differential during the maximum flow rate of water, either entering or leaving the tank. The overflow pipe will not be considered as a vent. The maximum flow rate of water entering the tank is specified in 2.2.C. The maximum flow rate of water exiting the tank shall be calculated assuming a break in the inlet/outlet at grade when the tank is full. The vent shall be provided with an insect screen meeting TCEQ requirements. Vent capacity shall be determined based on open area provided by the screen. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 16 COMPOSITE ELEVATED WATER STORAGE TANK Page 16 of 26 e. In addition to venting, a pressure/vacuum relief mechanism shall be provided that will operate in the event of vent failure. The mechanism shall be designed to return automatically to its original position after operation. The pressure/vacuum relief mechanism shall be located on the tank roof above the maximum weir crest elevation, and it may be incorporated in the vent assembly. 2. Support Structure Ventilation a. Ventilation within the support structure shall comply with the governing building code requirements, based on occupancy classification. As a minimum, one louvered vent shall be provided at the top of the support wall. This vent shall be accessible from the upper platform and may also be designed to provide access to the exterior rigging rails located at the tank/support wall intersection. Vents shall be accessible from the interior ladders, platforms or floors provided. Vents shall be stainless steel or aluminum and provided with a removable insect screen. R. Interior Floors 1. Slab on Grade a. Provide a minimum 6 in. thick, 3500 psi concrete floor slab in the base of the support structure in accordance with ACI 318. The slab should be designed for a minimum live load of 100 psf. The slab shall be supported on select fill or constructed as a structural slab and shall have minimum #4 reinforcing steel at 12 in. centers each way. If supported on granular fill, a minimum 6-inch thick layer of granular material shall be provided on top of the proposed subgrade prior to tank floor construction, to a tolerance of +0, -1/2 inch of the bottom of the floor and footing elevation. Compact all fill materials to 95% standard Proctor density. The granular material shall extend 1-foot beyond the footing. The granular material shall be a well graded crushed rock with 100% passing 1" and not more than 8% passing No. 200 U.S. sieve. Provide 1/2 in. expansion joint between floor slab and support wall and at pipes and supports that extend through the floor. Place cap strip and sealant over the expansion joint. Provide 1 3/4 in. deep sawed contraction joints at 12' maximum centers. The slab shall be sloped at 0.5% toward the overhead door and/or floor drain for drainage. Floor shall contain a troweled finish. S. Level Monitoring 1. Provide three (3) 3/4 in. couplings welded to the inlet pipe 5 ft. above grade. Each coupling shall be provided with a stainless steel nipple and an isolation gate valve. 2. Pressure Gauge a. Provide two (2) pressure gauges in accordance with ASME B40.1 Grade 2A. The dial shall be 4 1/2 in. diameter with black markings on white background. Pressure range is 0-100 psi and 0-230 feet of water, calibrated at intervals of two feet, or less. b. Install gauges on each side of inlet control valve, four feet above the finished floor. 3. Radar Level Sensor a. Provide one (1) radar level sensor mounted to 6" flange on tank roof. See Section 26 09 10. b. Radar level sensor shall be Endress+Hauser Micropilot FMR20 series. T. Lightning Protection 1. Refer to Division 26 for general lightning protection. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 17 COMPOSITE ELEVATED WATER STORAGE TANK Page 17 of 26 2. Lightning protection for obstruction lights shall consist of an air terminal mounted on the support and formed to fit around the fixture. The 1/2 inch diameter copper air terminal shall extend a minimum of 10 inches above the light fixture and shall connect to a copper conductor that terminates in a bonding plate secured to the tank roof. U. Nameplate 1. Provide a bronze tank nameplate with raised lettering on the exterior of the pedestal near the personnel door. The lettering width shall be a minimum of in. The Contractor shall submit a layout of the nameplate for approval. The following information shall be displayed on the nameplate: a. City of Fort Worth, Texas b. 1.5 Million Gallon Elevated Tank c. Year d. Tank Dimensions Including: e. Tank Diameter & Head Range f. Height to Overflow/Elevation Pedestal Diameter M.S.L. g. Tank Contractor's Name h. Consultant's Name V. Antenna Provisions 1. Provide antenna cable hangers at 10 ft. intervals adjacent to the access ladder. Cable hanger consists of a'A in. x 4 in. x 12 in. plate secured horizontally with a 1 in. spacer. covering the access tube. Couplings shall be sea' wekle and lecat a such. th t threaded conduit or weather heads for antenna cable may be attached. 3. Provide a minimum of ten (10) pick hole penetrations near the top of the pedestal for antenna conduit spaced evenly around pedestal. 4. Provisions for antenna cables and conduits within the interior of the tank pedestal will not be included as part of this contract. Future connections shall be coordinated with the City on a case -by -case basis. W. Obstruction Lighting 1. Obstruction lighting shall be provided in accordance with FAA standards. The obstruction light shall be centrally located on the roof of the tank above all permanent installations. Obstruction Lights shall be steady burning, dual fixture type with a lamp -out relay switch. The fixture shall be weather sealed, corrosion resistant with aluminum base and housing. Red (L-810) globes with 116-watt clear traffic signal lamps rated at 8000 hour life shall be provided. A pilot light located near the electrical panel shall be provided to indicate when the primary bulb has failed. X. Hoist Assembly 1. A Hoist Assembly shall be provided with a pulley system and rope which can be used to hoist materials from the tank floor to the upper walkway platform. The hoist assembly shall be rated for a minimum load of 500 pounds, or directed by the City. Y. Electrical and Lighting WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-18 COMPOSITE ELEVATED WATER STORAGE TANK Page IS of 26 1. Electrical and Lighting shall be provided in accordance with Division 26 and the drawings. At a minimum, provide heavy-duty, corrosion -resistant, three -wire duplex receptacle outlets adjacent to the power distribution marvel, at the upper platform, in the top of the access tube, and other locations indicated on the drawings. 2. All work shall be performed and all materials shall be provided in accordance with national Electric Code and governing electrical, safety and inspection codes, regulations and ordinances Z. Pedestal Interior Finishes, Mechanical, and Plumbing 1. Interior finishes, mechanical, and plumbing for the tank pedestal shall be provided in accordance with Section 09 91 00. AA. Steel Tank Painting 1. The paint system schedules of Section 09 97 14 Steel Water Storage Tank Coating shall apply to all exposed interior and exterior surfaces of the steel tank including steel accessories and appurtenances. Galvanized, stainless steel and concrete surfaces are not coated. Colors and location of the logo shall be selected by the Owner. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Review mill test certifications of all steel plate, structural components and reinforcement to ensure compliance with specification requirements. 2. Provide inspection of shop fabricated components in accordance with AWWA D107. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Foundation Excavation a. The foundation bearing surface and excavation shall be inspected by a representative of the geotechnical engineer prior to foundation construction. Verification of the applicable design and construction recommendations are required. The geotechnical engineer shall be retained by the Contractor and approved by the City. After verification of the foundation bearing surface, provide a 2-inch thick concrete working slab within the lower excavation limits. Grade the site to prevent runoff from entering the excavation. 2. Environmental Conditions a. Prior to performing any work, verify the expected temperature, humidity and weather conditions are within the specified limitations for executing the work. 3. Elevated Tank Components a. After completion of each major component and prior to proceeding with the next stage of construction, verify that tolerance inspections and material quality control tests conform to the requirements of Article 3.7. WESTSIDE IV —1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 19 COMPOSITE ELEVATED WATER STORAGE TANK Page 19 of 26 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Reinforced Concrete Construction 1. Reinforcement a. Fabrication, placement, development and splicing of reinforcement shall be in accordance with ACI 318 and ACI 117. 2. Formwork a. Formwork design, installation and removal shall comply with the minimum requirements of ACI 318 and ACI 117 and with the applicable requirements of ACI 347. b. Forming systems shall be designed with the provision of ties and bracing such that concrete components conform to the correct dimensions, shape, alignment and elevation without leakage of mortar. Formwork systems shall be designed to safely support all loading conditions. Embedded items shall be properly positioned and secured. Form surfaces shall be cleaned of foreign materials and coated with a release agent prior to placing reinforcement. 3. Concrete a. Concrete proportioning, production, placement, quality control and curing procedures shall comply with AWWA D107. Concrete shall satisfy the specific structural, durability and architectural requirements of the completed components. b. Proportioning 1) The proportions of materials for concrete shall be established to provide adequate workability and proper consistency to permit concrete to be worked readily into the forms and around reinforcement without excessive segregation or bleeding. Unless otherwise specified, concrete without high range water reducer shall be proportioned to produce concrete slumps at the point of placement between 2 and 4 in. If high -range water reducer is used, concrete slump prior to addition shall be 3 to 4 in. The slump, after addition of high range water reducer, shall be a maximum of 7 in. Air shall be entrained to provide concrete with 3.5% to 6.5% air content. c. Production 1) Concrete that arrives at the project with slump below that suitable for placing, may have water added within the limits of the maximum permissible water -cement ratio. Maximum slump shall not be exceeded. The water shall be incorporated by additional mixing equal to at least half of the total mixing time required. For concrete with site -administered high range water reducer, the preplasticized minimum slump requirement shall be attained as permissible by addition of water and mixing prior to the addition of the water reducer. d. Placement 1) Prior to concrete placement, all snow, ice, water or other foreign material shall be removed from the spaces that the concrete will occupy. Concrete shall be deposited in its final position in accordance with ACI 318. Drop chutes shall be used in walls and columns to prevent free -fall of the concrete and to allow the concrete to be placed through the cage of reinforcing steel without form splatter. These shall be moved at short intervals to prevent stacking of concrete. WESTSIDE IV — 1,5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-20 COMPOSITE ELEVATED WATER STORAGE TANK Page 20 of 26 e. All concrete shall be consolidated by vibration so that the concrete is thoroughly worked into the corners of forms and around the reinforcement and embedded items to eliminate all air or stone pockets which may cause honeycombing, pitting, or planes of weakness. Internal vibrators shall be the largest practical size that can be used in the work and they shall be operated by competent workmen. 4, Weather a. Concrete shall not be placed during precipitation or extreme temperatures unless protection is provided. b. During cold weather the recommendations of ACT 306 shall be followed. c. During hot weather the recommendations of AC1305 shall be followed. B. Foundation 1. Excavation a. Depth of excavation shall be based on the foundation type recommended by the Geotechnical Engineer. Grade the site to prevent runoff from entering the excavation. b. Bearing surface must be unfrozen, and free of standing water and deleterious material. 2. Concrete Construction a. For shallow foundations, reinforcement placed adjacent to a concrete working slab shall have a 2 in. minimum cover, and shall be supported by precast concrete block, metal or plastic bar supports. b. Formwork shall be in accordance with AWWA D107. The sides of foundations shall be formed using any suitable system conforming to ACI 318. Earth cuts shall not be used as forms for vertical surfaces. Top forms shall be provided on top sloping surfaces steeper than 2.5 horizontal to 1 vertical. Straight form panels may be used to form circular foundation shapes. The minimum design radius shall be maintained at all sections. 3. Finish a. Formed surfaces shall have a smooth form finish when exposed and a rough form finish when not exposed. Defects and the holes shall be patched. b. Unformed surfaces shall have a troweled finish when exposed and floated finish when not exposed. 4. Backfill a. Backlit foundation in lifts not to exceed 6 in. in depth to the grade established on the plans. Within the concrete support wall, compact each lift to 98% standard proctor density per ASTM D698. Outside of the concrete support wall, compact each lift to 95% of standard Proctor density. Place compacted back -fill evenly all around the tank. Compaction by ponding or jetting is not acceptable. b. Excavated material meeting site grading specifications may be used to complete site grading. Remove and dispose of all undesirable or excess materials. C. Concrete Support Structure 1. Architectural Concrete Construction WESTSIDE IV — 1.5 MO EST CITY PROJECT No. 103292-1 Project hate: March 2023 33 16 19 - 21 COMPOSITE ELEVATED WATER STORAGE TANK Page21 of26 a. The exposed exterior surface of the concrete support wall is designated architectural concrete. The concrete and formwork requirements of this section shall be strictly enforced to ensure concrete of the highest practicable structural and architectural standards. Concrete proportioning, placing, and finishing shall be in accordance with the ACI 301, except as modified by this Section. Formwork design, installation and removal shall comply with the minimum requirements of ACI 318, ACI 117 and the applicable requirements of ACI 347, except as modified by this Section. b. Attention shall be given to ensure the same concrete design mix is used throughout the support wall. The proportion, type and source of cement and aggregates shall not be changed. Uniform moisture content and placing consistency shall be maintained. c. Place all wall concrete vertically and directly inside the reinforcement cage with drop chutes to prevent form splatter and surface finish variation. Placement methods that introduce concrete horizontally through wall reinforcement are prohibited. Vertical pour rate shall be a minimum of 15 feet per hour. d. Support wall reinforcement shall be installed with plastic supports. Maximum spacing of supports for welded wire fabric shall be 5 ft. centers, horizontal and vertically. e. Forming systems shall be curved and consist of prefabricated form segments. Design system with the provision of ties, supports, and bracing such that concrete components conform to the correct dimensions, shape, alignment and elevation. Formwork must be designed for full -height plastic concrete head lateral pressure, construction loads, and wind loads in accordance with AWWA D107. Embedded items shall be properly positioned and secured. Form surfaces shall be thoroughly cleaned of concrete residue and coated with a release agent prior to placing reinforcement. Do not allow excessive release agent to accumulate on the form. Steel forms shall be coated with a non- staining, rust -preventative form oil or otherwise protected. Rust -stained steel formwork shall not be used. f. The forming system for the pedestal wall shall be fully engineered and detailed with procedures to meet the increased demands of architectural concrete. The support wall shall be constructed with a jump form process using form segments prefabricated to match the wall curvature. Form panels shall extend the full height of the concrete pour using only vertical panel joints. Form system shall be designed to lap and be secured to the previous wall pour. The space between the form and the previous pour shall be sealed to prevent grout leakage. Wall forms shall incorporate a positive means of adjustment to maintain dimensional tolerances specified. Wall forms shall be adjusted for vertical plumb and circularity and locked into position with through wall form ties prior to concrete placement. Working platforms that allow safe access for inspection and concrete placement shall be provided. Form facing material shall be metal, or plywood faced with plastic or fiberglass. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 22 COMPOSITE ELEVATED WATER STORAGE TANK Page 22 of26 g. The form system shall incorporate a uniform pattern of vertical and horizontal rustications to provide architectural relief to the exterior wall surface. Rustication strips shall be sealed to the form face to eliminate the grout leakage that results in broken corners, color variations and rock pockets. Broken edges and chamfers will not be accepted. All construction joints and panel joints shall be located in rustications. Vertical panel joints shall be sealed using closures, which combine with the form pattern to prevent grout leakage and panel joint lines. All joints shall be grout tight. The vertical and horizontal rustications shall be proportioned and combined to impart a symmetrical architectural pattern to the completed structure. Form ties shall be Jocatcd in a uniform pattern. No architectural form treatment is required on the interior surface. h. Support wall concreting shall incorporate segmented placement procedures. Temporary vertical bulkheads shall divide the wall pour into segments corresponding to a single batch (truckload) of concrete. The bulkheads shall be located at rustications, braced rigid and tight to maintain vertical alignment under concrete load without grout leakage. Wall segment concrete shall be placed continuously to full form height from a single load. Placement from multiple batches is not permitted. Temporary bulkheads shall not be removed until adjacent concrete is placed. Support wall concreting operations shall occur a maximum of once per day. Multiple form movements and concrete placements within a day are not permitted.. i. Wall forms shall not be disturbed or removed until the concrete has attained sufficient strength to prevent forming operations or environmental loads from causing surface damage or excessive stress. Form removal shall be based on early age concrete strength testing. The minimum concrete strength shall be established by the Contractor, based on an analysis of stress at critical stages throughout the forming and concrete operations. Early age concrete testing shall be in accordance with ACI 228. l R-89. Pull Out testing in accordance with ASTM C 900-99, Maturity Method testing in accordance with ASTM C 1074- 93, or field cured cylinders compressive strength tested in accordance with ASTM C 172 are the acceptable methods to determine early concrete strength. j. The formwork system for the domed structural floor shall be designed to support all construction loads. Unsymmetrical placement of concrete shall be considered in the design. Adequate shoring and bracing shall be provided to transfer loads without appreciable movements. Form surfaces shall be steel, plastic or fiberglass coated material. Shoring and forms for the structural dome slab shall remain in place until the concrete has gained sufficient strength to carry the floor weight without damaging deflections. A camber should be provided to meet tolerances, if needed. k. Concrete surfaces shall be protected in accordance with the recommendations of ACI 306 until the component attains 70% of the specified compressive strength. At this time, protection may be removed subject to the allowable temperature differential. A reasonable temperature differential shall be defined, based on component thickness and restraint conditions. 2, Finish a. Provide a smooth form finish without rub for the interior and exterior support wall. Tie holes shall be plugged using grout on the interior and manufactured plugs on the exterior which match the color of the cured concrete as closely as possible. Provide a light sandblast to the exposed exterior concrete support wall surface. WESTSIDE IV —1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 33 16 19 - 23 COMPOSITE ELEVATED WATER STORAGE TANK Page 23 of 26 b. Provide a smooth form finish without rub for the interior dome slab. The unformed surface shall have a floated finish. c. No tie holes, defects voids larger than 3/8-in. diameter or fins shall be visible on the interior or exterior of the concrete support structure, as viewed from grade. All concrete surfaces shall be cleaned as required to remove surface contamination. 3. Dimensional Tolerances a. Support structure concrete construction shall conform to AWWA D107, and the following: b. Variation in thickness: wall -3.0% to +5.0% dome -6.0% to +10% slab -3.0% to +5.0% c. Support wall variation from plumb: in any 5 feet of height 3/8 inch in any 50 feet of height 1 inch maximum in total height 2 inches d. Support wall diameter variation0.4% not to exceed 3 inches e. Dome floor radius variation 1.0% f. Level alignment variation: from specified elevation 1 inch from horizontal plane 1/2 inch Offset between adjacent pieces of formwork: exterior exposed surfaces 1/8 inch interior exposed surfaces 1/4 inch 4. Mock Up Panel a. A mock up panel shall be constructed using the proposed form work, concrete and placement methods. Minimum size will be 4 ft. wide by 7 ft. high. This panel shall be agreed upon by the City and Contractor as the reference standard with which to judge surface quality, appearance and uniformity of texture and color. b. Review and acceptance of formed concrete surface must be made immediately upon form removal. Succeeding pours shall not be place until the most recent wall pour has been stripped and the form surface approved. The Contractor shall be responsible to inform the City as to the pour schedule. City shall not delay the Contractor by lack of attendance. c. Concrete with surface defects exceeding limitations specified herein or not meeting the standard represented by the mock-up panel shall be repaired to meet that standard, or removed and replaced at the expense of the Contractor. g. D. Steel Tank 1. Welding a. Welding procedures and general welding requirements shall be per AWWA D107 in accordance with written weld procedure specifications (WPS) complying with ASME Section IX or AWS B2.1. b. No structural welding is permitted to any steel embedded in hardened concrete, unless the weld is at least 2 ft. from the embedment interface. WESTSIDE 1V — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-24 COMPOSITE F.T.FVATED WATER STORAGE TANK Page 24 of 26 c. Grinding of weld contour shall approximate Condition "D" of NACE Standard RP017S. 2. Fabrication a. Layout, cutting, forming, edge preparation and workmanship for steel tank components and fabrications shall be in accordance with AWWA D 107. 3. Tank Erection a. Steel tank erection procedures and general requirements shall be in accordance with AWWA D107. 4. Tolerances a. Steel tank tolerances shall be in accordance with the requirements of AWWA D107. b. Steel cone shall be constructed to the following tolerance. The deviation from the theoretical conical surface shall not exceed 0.032IRT, when measured in the radial direction over length 4-r/RT, where R is the radius normal to the plate surface at the point of consideration, and T is the plate thickness. 5. Grouting a. The interface between the steel tank floor plate and the supporting structural concrete slab shall be constructed with a minimum 1 in. void. Subsequent to testing, the void shall be filled with a flowable grout mix. 6. Hydrostatic Testing a. Provide lead testing and settlement monitoring in accordance with AWWA D107. E. Steel Tank Painting 1. Surface Preparation a. The surface preparation and paint application requirements of Section 09 97 14 shall apply to all exposed interior and exterior surfaces of the steel tank including steel accessories and appurtenances. Galvanized surfaces are not included. b. Shop cleaning and priming of steel is acceptable per the conditions of Section 09 97 14. 3.5 [REPAIR] / [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Concrete Testing and Inspection a. The evaluation and acceptance of concrete shall be in accordance with AWWA D107, except as modified in this section. b. Tests for slump and air content shall be made for each truck to check for conformance with Section 2.2. Measurements shall be taken prior to the addition of site administered high range water reducer and prior to depositing the concrete. c. No concrete shall be placed if slump and air content have not been measured or do not meet the requirements. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: Mareh 2023 33 16 19 - 25 COMPOSITE ELEVATED WATER STORAGE TANK Page 25 of 26 d. Samples for strength tests shall be taken for each individual concrete placement. Provide at least one sample for each 100 cubic yards of concrete in accordance with ASTM C31 and AWWA D107 requirements. Four cylinders shall be made from each sample required. A 7-day compressive strength test shall be used to supplement two 28 day tests. e. Slump, air and compressive cylinder testing shall be performed by an independent laboratory approved by the City and retained by the Contractor. f. The support wall radius, plumb and thickness shall be verified for each concrete lift at 45 degree intervals. An inspection report certified by the tank designer shall be provided at project completion. 2. Steel Tank Testing & Inspection a. Inspection procedures for the steel tank shall be as required by AWWA D107. Radiographic inspection of full penetration butt -welded joints shall be made by an independent inspection company approved by the Owner and retained by the Contractor. b. Erection tolerance of the steel cone in the radial direction shall be measured as required by AWWA D107. Provide field measurements at 30 degree intervals. c. Weld joints of plate over the structural concrete floor shall be tested for leaks by vacuum box / soap solution testing, or equivalent method prior to grouting. d. Provide shop and field weld procedures for all structural joints on the steel tank and the name of the certified welding inspector (CWI) that will perform spot inspections of the shop and field welding process. 3. Tank Painting Inspection and Testing a. Adequate illumination shall be provided while work is in progress, including explosion proof lights and electrical equipment. Temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected to facilitate inspection and moved by the Contractor as required. b. Inspection and testing shall generally be in accordance with AWWA D102. The Contractor shall provide inspection devices in good working condition for measurement of dry film thickness of coatings. Contractor shall also furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates to test the accuracy of dry film thickness measurement device. c. A nondestructive holiday detector shall be used for inspecting the interior coating below the overflow level. All holidays shall be marked, repaired in accordance with the manufacturer's printed recommendations and retested. No holidays or other irregularities shall be permitted in the final coating. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Site 1. The project site shall be kept in a clean and safe condition at all times. The Contractor shall remove all construction equipment and debris at project completion. B. Tank Disinfection 1. The proposed chlorination method shall be communicated to the owner's representative prior to disinfection. WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 331619-26 COMPOSITE ELEVATED WATER STORAGE TANK Page 26 of 26 2. The Owner shall be notified a minimum of three weeks in advance of proposed date of commencing tank disinfection. Water and sufficient pressure for flushing, cleaning, initial testing and disinfection shall be supplied by the Owner at no cost to the Contractor. However, Contractor shall be aware that after tank disinfection, the water used for disinfection may not be able to be placed into the water system and may need to be de -chlorinated and discharged from the tank. Any costs associating with de -chlorinated and discharged from the tank will be the sole responsibility of the Contractor. 3. Disinfection shall be performed after interior coatings have been applied and allowed to thoroughly cure. All solvent vapors shall be completely removed by suction -type exhaust fans and blowers. The complete interior shall be washed down and flushed out. 4. Following disinfection, the tank shall be filled and sampled by the Contractor for bacteriological testing, prior to being put into service. The testing shall be as described in AWWA Specification C652, latest edition, Section 4.4 — Bacteriological Sampling and Testing. Results of the test shall be reviewed by the Engineer. Final decision of the suitability of the disinfection procedure shall rest with the Engineer. Should repeat of the disinfection procedure be required, additional cost of disinfection, testing and water to fill the tank shall be borne by the Contractor at no additional cost to the Owner, 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION WESTSIDE IV — 1.5 MG EST CITY PROJECT No. 103292-1 Project Date: March 2023 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 SECTION 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 48-inch for gravity sanitary sewer applications and site drainage B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.1 2. Modified 1.2.A.2.a 3. Added 1.2.A.2.b 4. Added 2.2.B.1.f 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 01 30 — Sewer and Manhole Testing 4. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 — Utility Markers/Locators 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. Unit Price - 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 "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only b. Lump Sum Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be included in the total lump sum price for: 1) Various sizes 2) Various Standard Dimension Ratios 3. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Trench water stops i. Clean-up j. Cleaning k. 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 Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 33 31 20 -4 POLYVINYL CHLORIDE (PVC)GRAVITY SANITARY SEWER PIPE Page 4 of 6 B . Performance / Design Criteria 1. Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 48-inch 46PS1115PS. c. PVC Gravity Sanitary Sewer Pipe shall be verified by the UL. d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. Use white colorine for !round identification as storm drain pipe. g. PVC meeting the requirements ofASTM DI 784, with a cell classification of 12454 or 12364 h. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load an the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Be11 PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (1K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length. (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) _- 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t3112, (in4/in), per pipe type and size (1) Where (t) =pipe thickness, inches k) Maximum Calculated Deflection = 5 percent i. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 11/2 pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if Fb>WTI-hWf+Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wr = weight of flooded soil, pound per foot Wd — weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. j. Verify trench depths after existing utilities are located. k. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. 1. In no case shall pipe be installed deeper than its design allows. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push -on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 31 50. 6. Detectable Metallic Tape a. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 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. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 01 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B.1.b — Pipe Material Clarification 9/9/2022 W. Norwood 1.1 A. 1., 1.9 A. 1. C., and 2.2 B. 1. B. Revised upper range to 48-inch for gravity sewer 2.2 B. 1. C. Revised from "approved" to "verified by UL C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 9, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333920-1 PRECAST CONCRETE MANHOLE SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART 1- GENERAL 1.1 SUMMARY Page 1 of 6 A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 01 30 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) Unit Price - The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types 2) Lump Sum Price - The work performed and the materials furnished in accordance with this Item shall be included in the total lump sum price for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) Unit Price - The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes 2) Lump Sum Price - The work performed and materials furnished in accordance with this Item for various sizes and measured as provided under "Measurement" will be included in the total lump sum price. c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 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. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY 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. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover — Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 Type I and ASTM D1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 -3.14 [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 1.3.B.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.B.1-3 — Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 464123-1 TANK CIRCULATION EQUIPMENT Page 1 of 6 SECTION 46 41 23 TANK CIRCULATION EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. These specifications provide the requirements to furnish, install and place into operation all drives, motors, controls, and accessories necessary for a complete and operable submersible mixing system for the 1,500,000-gallon Westside IV Elevated Storage Tank. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 16 13 — Precast, Prestressed Concrete Tank with Steel Diaphragm 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall per each. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 3. The price bid will include: a. Impeller b. Motor c. Mounting Tripod d. Enclosure e. Motor ControllerNFD f. SCADA g. Controls h. Electrical i. Installation j. Disinfection k. Clean-up 1. 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. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 464123-2 TANK CIRCULATION EQUIPMENT Page 2 of 6 2. Occupational Safety and Health Administration, OSHA 3. NSF / ANSI Standard 61 4. Underwriters Laboratories Inc., UL 508 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 manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data B. Shop Drawings 1. Circulation Equipment C. Certificates 1. Furnish an affidavit certifying that the mixer meets NSF-61 certification for all material being placed inside the tank and headspace, including the motor power cable. D. Installation, Operations, and Maintenance Manuals shall be obtained from the equipment manufacturer and submitted. The following sections shall be included: 1. General equipment specifications and data sheets 2. Installation, start-up, operation, and maintenance instructions 3. Factory -recommended maintenance schedule 4. Wiring diagrams specifying what electrical wiring needs to be done onsite during and prior to the installation, and by which responsible party 5. List of equipment or tooling necessary for diagnostics, trouble -shooting, repair or general maintenance 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Each mixing system shall be tested prior to deployment according to standard engineering practices at the factory testing facilities. Certification of this completed testing shall accompany mixer installation documentation. B. Continuous Operation Equipment. The mixer shall operate continuously, all day and all night, using 120 VAC as the power source. C. Qualified US Manufacturer. The manufacturer of the mixer shall have extensive experience in the production of such equipment, and the equipment shall be manufactured in the continental United States. D. Installation personnel shall have received job -specific safety training on (a) Working over Water, (b) Boating Safety, (c) Disinfecting Procedures, (d) Confined Space Entry, and (e) Fall Protection. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 464123-3 TANK CIRCULATION EQUIPMENT Page 3 of 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Mixer shall be manufactured by PAX Water Technologies, Inc., Kasco Marine Inc., or approved equal. B. Description 1. Number of units required: Qty Model Tank 1 PAX: PWM400 120 VAC potable tank mixer Westside IV Elevated Storage Tank (1,500,000 gallons) 1 Kasco: 3400061 120 VAC potable tank mixer Westside IV Elevated Storage Tank (1,500,000 gallons) 2. Mixing system consists of an impeller mounted on a submersible motor and supported approximately three feet in height from the tank floor in order for it to launch a jet of water from the bottom of the tank up toward the surface of the water. Floating devices shall not be acceptable. Mixer duty cycle shall be variable with the size and volume of the tank. Mixer control and operation shall be independent of tank drain and fill cycles to ensure constant mixing. Both wet -side and dry -side shall be able to be hoisted, installed, and/or removed by on -site personnel without additional equipment needed, and so that there is no crush hazard or entanglement hazard present, and so that weight of mixer on tank floor does not cause damage to interior. C. Components 1. Wet -side a. Shall be NSF/ANSI Standard 61 certified. b. Equipment entering tank shall not adhere to, scratch, or otherwise cause damage to internal tank coating or put undue stress on the materials of the tank construction. Equipment shall fit through a standard hatch size of 18" x 18" or larger. Motor cables shall utilize flange access as shown in the Drawings. c. Each submersible mixer shall consist of the following components: 1) Impeller a) AISI Type 316 Stainless Steel, or custom-made plastic b) Balanced to within 0.5 gram -inches c) Passivated per ASTM A380 to minimize corrosion as required WESTS1DE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 464123-4 TANK CIRCULATION EQUIPMENT Page 4 of 6 d) Shall not create cavitation at any rotational speed up to 2500 RPM 2) Motor a) AISI Type 304 Stainless Steel body b) Chlorine/Chloramine resistant rubber seals c) Fully submersible d) Water -filled motor e) Food grade mineral oil or Water -lubricated motor 3) Mounting Tripod a) AISI Type 316 Stainless Steel b) Three-foot long detachable legs or pedestal mount c) NSF/ANSI Standard 61 certified EPDM rubber, non-skid, non -scratch feet or insulating pad d) Attachments secure motor cable away from impeller e) Overall height of unit not to exceed 5 ft 2. Dry -side a. Each control center shall consist of the following components: 1) Enclosure a) Lockable b) Weather Resistant c) Overall weight of control center not to exceed 60 lbs. d) Green and Red LED Indicator lights show motor status e) Additional white LED Indicator light to show power status is allowed 2) Motor Controller/VFD a) Power shall be 1-phase b) Rated to 0.5 TIP c) Operating temperature range -30°C up to 50°C (-34°F to 122°F) d) Manual speed control (potentiometer) e) Thermal shut-off protection built-in fJ Current overload protection built-in 3) SCADA outputs included a) Digital Output signal indicating motor running b) Digital Output signal indicating fault c) Digital Input/output signal allowing remote motor on/off d) RS-232 (MODI3US) or RS-485 or Dry Contact connections 4) GFCI outputs included a) 300mA trip level D. Controls 1. Each unit shall be equipped with all necessary controls, inter -wired, to provide the following minimum functions: a. On/Off switch to control power to mixer. b. Automatically -activated motor shut-off if water level drops below motor height in tank. c. SCADA controls as shown on electrical and instrumentation drawings. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 464123-5 TANK CIRCULATION EQUIPMENT Page 5 of 6 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A. Contractor Installation 1. Installation, startup, and on -site testing provided by Contractor. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All circulation equipment components and installation equipment shall be cleaned and disinfected with a 50 mg/1 chlorine spray before placed in tank. B. Tank penetration shall be above maximum water level, through the tank roof, as shown in the drawings. Fitting shall be 1 inch diameter fitting to allow cable to pass through. Strain relief for power cable shall be part of the contractor -supplied fitting for tanks more than 30 feet in depth. C. Factory Personnel. The placement and startup shall be performed by full time factory employees trained in the operation of the mixer. Safety Equipment. Placement and service personnel shall be equipped with job -specific safety equipment to complete the placement and startup of specified mixer following all OSHA safety regulations. Safety equipment shall include confined space, fall protection, rescue, decontamination, and communication tools such as (air monitor, ventilation fan, tri-pod, winches, FBH's, retractables, ropes, lanyards, descenders, radios, hard hats, step pools, disinfectant sprayer, etc.) 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Provide Manufacturer's Field Services to include: 1. Inspection, checking, and adjustment as required for equipment to function as warranted by manufacturer and necessary to provide written approval of installation. 2. Revisiting the site as required to correct problems and until installation and operation are acceptable to City. Up to two (2) visits shall be provided for this purpose, each consisting of one (1) eight (8) hour day on -site. For additional or longer visits, an additional charge will apply. 3. Resolution of assembly or installation problems attributable to, or associated with, respective manufacturer's products and systems. B. Completion of Manufacturer's Certificate of Proper Installation as described in Section 01 75 16 with applicable certificates for proper installation and initial, interim, and final test service. C. Complete Certificate of Successful Start-up as defined in Section 01 75 16. WESTSIDE IV — 1.5 MG EST City Project No. 103292-1 Project Date: March 2023 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 4641 23 -6 TANK CIRCULATION EQUIPMENT Page 6 of 6 WESTSIDE IV — 1.5 MG EST City Project No. 103292• I Project Date: March 2023 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF THE WESTSIDE IV — 1.5 MILLION GALLON ELEVATED STORAGE TANK Volume 2 of 2 City Project No. 103292-1 "X" No. 27257 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Water Department Director Farida Goderya, P.E. Project Manager Prepared for The City of Fort Worth Water Department MARCH 2023 Kimley»Horn Texas Registered Engineering Firm F-928 KHA No. 061018398 FORT WORTH,. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 - General Conditions Page 1 of 8 Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 36 Schedule of Suppliers — NON -CITY STANDARD 03/23/2023 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalification 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement — Modified for WFP 11/23/2021 00 61 13 Performance Bond 07/01/2011 00 61 14 Payment Bond 07/01/2011 00 61 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2020 00 73 00 Supplementary Conditions — Modified for WFP 03/09/2020 Division 01— General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 13 Schedule of Values 08/2017 01 32 16 Construction Progress Schedule 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 01 32 35 Aerial/Photographic Documentation - MODIFIED 03/23/2023 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Division 03 — Concrete Last Revised 03 30 00 1 Cast -In -Place Concrete 12/20/2012 Division 08 — Onenin 0811 19 Steel Doors and Frames — NON -CITY STANDARD 03/23/2023 08 33 23 Overhead Coiling Doors — NON -CITY STANDARD 03/23/2023 08 71 10 Finish Hardware — NON -CITY STANDARD 03/23/2023 Division 09 - Finishes 09 9100 Painting — NON -CITY STANDARD 03/23/2023 09 97 14 Steel Water Storage Tank Painting — NON -CITY STANDARD 03/23/2023 Division 22 - Plumbing 22 10 10 I Numbing — NON -CITY STANDARD 103/23/2023 Division 26 — Electrical 26 00 10 Electrical General Provisions — NON -CITY STANDARD 03/23/2023 26 01 10 Raceways — NON -CITY STANDARD 03/23/2023 26 0120 Wire and Cable — NON -CITY STANDARD 03/23/2023 26 0195 Lighting Panelboards — NON -CITY STANDARD 03/23/2023 26 0199 Miscellaneous — NON -CITY STANDARD 03/23/2023 26 02 10 Electric Utility Service — NON -CITY STANDARD 03/23/2023 26 04 10 Underground Electrical — NON -CITY STANDARD 03/23/2023 26 04 50 Grounding Systems — NON -CITY STANDARD 03/23/2023 26 04 55 Lighting Protection — NON -CITY STANDARD 03/23/2023 26 05 00 Lighting — NON -CITY STANDARD 03/23/2023 26 0910 Instrumentation — NON -CITY STANDARD 03/23/2023 26 09 20 Radio Systems — NON -CITY STANDARD 03/23/2023 Division 31- Earthwork 31 00 00 Site Clearing - MODIFIED 03/23/2023 31 23 16 Unclassified Excavation - MODIFIED 03/23/2023 31 23 23 Borrow - MODIFIED 03/23/2023 31 24 00 Embankments - MODIFIED 03/23/2023 31 25 00 Erosion and Sediment Control - MODIFIED 03/23/2023 31 37 00 Riprap - MODIFIED 03/23/2023 Division 32 - Exterior Imurovements 32 11 23 Flexible Base Courses - MODIFIED 03/23/2023 32 13 13 Concrete Paving - MODIFIED 03/23/2023 32 13 20 Concrete Sidewalks, Driveways and Barrier Frec Ramps - 03/23/2023 MODIFIED 32 13 73 Concrete Paving Joint Sealants - MODIFIED 03/23/2023 32 31 13 Chain Link Fence and Gates - MODIFIED 03/23/2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 91 19 Topsoil Placement and Finishing of Roadway Right -of -Ways - MODIFIED 03/23/2023 32 92 14 Non -Native Seeding - MODIFIED 03/23/2023 Division 33 - Utilities 33 01 32 Closed Circuit Television (CCTV) Inspection for Water Transmission Mains - MODIFIED 03/23/2023 33 04 10 Joint Bonding and Electrical Isolation - MODIFIED 03/23/2023 33 04 40 Cleaning and Acceptance Testing of Water Mains - MODIFIED 03/23/2023 33 05 10 Utility Trench Excavation, Embedment, and Backfill - MODIFIED 03/23/2023 33 05 13 Frame, Cover and Grade Rings - MODIFIED 03/23/2023 33 05 17 Concrete Collars - MODIFIED 03/23/2023 33 05 26 Utility Markers/Locators - MODIFIED 03/23/2023 33 09 10 Control Valve Actuator — NON-STANDARD 03/23/2023 33 11 05 Bolts, Nuts, and Gaskets - MODIFIED 03/23/2023 33 11 10 Ductile Iron Pipe - MODIFIED 03/23/2023 33 11 11 Ductile Iron Fittings - MODIFIED 03/23/2023 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe - MODIFIED 03/23/2023 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type - MODIFIED 03/23/2023 33 12 20 Resilient Seated Gate Valve - MODIFIED 03/23/2023 33 12 21 AWWA Rubber -Seated Butterfly Valve - MODIFIED 03/23/2023 33 12 25 Connection to Existing Water Mains - MODIFIED 03/23/2023 33 12 40 Fire Hydrants - MODIFIED 03/23/2023 33 16 19 Composite Elevated Water Storage Tank — NON -CITY STANDARD 03/23/2023 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe - MODIFIED 03/23/2023 33 39 20 Precast Concrete Manhole - MODIFIED 03/23/2023 Division 46 — Water and Wastewater Equipment 46 41 23 Tank Circulation Equipment — NON -CITY STANDARD 03/23/2023 VOLUME 2 Appendix GC-4.01 GC-4.02 GC-4.06 GC-6.06.D GC-6.07 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Hazardous Environmental Condition at Site Minority and Women Owned Business Enterprise Compliance Wage Rates Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 09, 2022 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292-1 Project Date: March 2023 WESTSIDE IV —1.5 MILLION GALLON ELEVATED STORAGE TANK Jenifer Tatum, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 Kyle Welden, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 March 2023 03/23/2023 .. TF' �! • JENIFER TATUIJ e �� 87915 • �F �'CEN . c.,,�`= sikt �I.--T7--Re For Civil Design/ Improvements 03/23/2023 ,%.0,•1111111 _KYLE L. WELDEN 124805 ,i '•r • .r ••. p .• .. For Civil Design! Improvements WESTSIDE IV —1.5 MILLION GALLON ELEVATED STORAGE TANK March 2023 Joseph Kotrla, P.E. McCreary & Associates, Inc TBPE Reg # F-338 6310 LBJ Freeway Suite 217 Dallas, Texas 75240 For Electrical Design/ Improvements APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.S MG EST CITY PROJECT NO. 103292 Project Date: March 2023 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO, 103292 Project Date: March 2023 A GC-4.01 Availability of Lands CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK ,.,... r,,.. , NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 13PAE ALEDO RD HENRY LANE SURVEY, Abstract 928; S A & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991 (BALANCE IN PARKER CTY) STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH ACCESS EASEMENT DATE: \\ \ 3- 3 GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limited liability company GRANTOR'S MAILING ADDRESS (including County): 4001 Maple Avenue, Suite 270 Dallas, Dallas County, Texas 75219 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, does hereby grant, bargain, and convey unto Grantee, its successors and assigns, an exclusive, perpetual easement and right-of-way for access upon, over, across and through the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit A and Exhibit B, attached hereto and made a part hereof. ACCESS EASEMENT Rev. 20220518 rayc L vI L I Any such entry and use of the Easement Property by Grantee or its agents and independent contractors shall be permissive and shall not constitute a trespass. It is intended by these presents to convey a non-exclusive Access Easement to the Grantee for the purpose of accessing the Westside IV Elevated Water Storage Tank Property described on Exhibit C attached hereto (the "Water Storage Tank Site") and to allow Grantee to construct, operate, maintain, replace, upgrade, inspect and repair gravel roadway improvements (the "Facility") located within the Easement Property, with the usual rights of ingress and egress in the necessary use of such Access Easement, providing free and uninterrupted pedestrian and vehicular ingress to and egress from the Water Storage Tank Site. Grantor reserves the right to full use and enjoyment of the Easement Property subject only to the rights herein granted, provided, however, that Grantor covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. At any time following the dedication of right of way and the construction of public streets connecting the Water Storage Tank Site to a publicly dedicated right of way, Grantee agrees to, upon request of Grantor, its successors and assigns, duly execute and deliver freely, without charge, to Grantor, its successors and assigns, a termination or release (properly executed, acknowledged and in recordable form) of this Access Easement. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent Access Easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent Access Easement. TO HAVE AND TO HOLD the above -described permanent Access Easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns forever. Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said permanent Access Easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): If Grantee fails to cause completion of the Water Storage Tank Site so that the Water Storage Tank Site can be operational on or before the 10th anniversary of the date of this Access Easement or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Easement Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right ACCESS EASEMENT Rev. 20220518 IL I- 11 G J V I L I by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written Exercise Notice, Grantee will convey the Easement Property to Grantor in consideration for Grantor's payment to Grantee of Ten Dollars ($10.00). This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURE PAGES TO FOLLOW.] ACCESS EASEMENT Rev. 20220518 IL rQIUG -r VI L1 This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. GRANTOR: TRT LAND INVES ORS, LLC, a Delaware �� ed ility company By: (Print Name (Title) STATE OF TEXAS COUNTY OF DALLAS Vice Pr -es i d.A.rvt ACKNOWLEDGMENT BEFORE ME, the undersi ed authority, a Notary Public in and for the State of Texas, on this day personally appeared pCW I P P. J or - t, , V 1 Ct P re S 10tivY -r of TRT Land Investors, LLC, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TRT Land Investors, LLC and that they executed the same as the act of said Delaware limited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of AankACC r1 0,244 [SEAL] 01"",�6 JQSELYNE LARA `��'ipRY PG -4) ,„j; i- Notary Public, State of Texas 9` •..• +r Comm. Expires 03-17-2026 ,„ `� Notary ID 133652910 Not y Public, Site of Tex Nam (printed): ,oS-et-iyt LGro Notary's commission expire: 1-1— 20 Z cI, ACCESS EASEMENT Rev. 20220518 1 L. IICIUGJ V I L. 1 ACCEPTED BY: GRANTEE: City of Fort Worth Dahl' Surgdof By (Signature): Dana Burghdoff eh 1, 2023 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff Assistant City Manager of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Feb 2, 2023 [SEAL) SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp. Mar. 31, 2024 ACCESS EASEMENT Rev. 20220518 Selena Ala (Feb 2, 2023 13:28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 r Qyc V vl L 1 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY OF FORT WORTH PARKER AND TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 4.634 acre (201,870 square feet) tract of land situated in the W. Robinson Survey, Abstract No. 1107 and the I & G N RR Co Survey, Abstract No. 2224, Parker County, Texas, and the I & G N RR Co Survey, Abstract No. 1991, City of Fort Worth, Parker and Tarrant County, Texas, and being a portion of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 4.634 acre (201,870 square feet) tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southeast corner of a proposed 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site, from which a 1/2 inch iron rod found for the east corner of Tract 40 of the Creeks of Aledo, an addition to the City of Fort Worth, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records of Parker County, Texas bears South 77 degrees 53 minutes 20 seconds West, a distance of 1,954.80 feet; THENCE North 23 degrees 05 minutes 33 seconds West, with the east line of said 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northeast corner of said 1.012 acre (44,100 square feet) tract of land designated as a proposed Elevated Tank Site; THENCE North 14 degrees 46 minutes 12 seconds West, a distance of 247.06 feet to a calculated point for corner; THENCE North 12 degrees 52 minutes 47 seconds West, a distance of 128.29 feet to a calculated point for corner; THENCE North 13 degrees 46 minutes 04 seconds West, a distance of 106.00 feet to a calculated point for corner; THENCE North 16 degrees 32 minutes 34 seconds West, a distance of 348.70 feet to a calculated point for corner; THENCE North 17 degrees 34 minutes 17 seconds West, a distance of 196.85 feet to a calculated point for corner; Exhibit A Page 1 of 8 rays 1 VI L1 THENCE North 18 degrees 33 minutes 24 seconds West, a distance of 636.77 feet to a calculated point for the beginning of a curve to the right having a radius of 3,404.52 feet, a delta of 06 degrees 28 minutes 18 seconds, and whose chord bears North 14 degrees 28 minutes 51 seconds West, a chord distance of 384.34 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 384.54 feet to a calculated point for the beginning of a reverse curve to the left having a radius of 2,397.95 feet, a delta of 12 degrees 03 minutes 31 seconds, and whose chord bears North 18 degrees 13 minutes 34 seconds West, a chord distance of 503.74 feet; THENCE Northwesterly, with said reverse curve to the left, an arc distance of 504.68 feet to a calculated point for corner; THENCE North 26 degrees 33 minutes 37 seconds West, a distance of 152.75 feet to a calculated point for corner; THENCE North 31 degrees 19 minutes 32 seconds West, a distance of 283.47 feet to a calculated point for corner; THENCE North 33 degrees 14 minutes 13 seconds West, a distance of 177.66 feet to a calculated point for corner; THENCE North 36 degrees 03 minutes 08 seconds West, a distance of 229.39 feet to a calculated point for corner; THENCE North 38 degrees 50 minutes 23 seconds West, a distance of 292.60 feet to a calculated point for corner; THENCE North 38 degrees 08 minutes 05 seconds West, a distance of 44.06 feet to a calculated point for corner; THENCE North 34 degrees 06 minutes 07 seconds West, a distance of 46.48 feet to a calculated point for corner; THENCE North 36 degrees 06 minutes 12 seconds West, a distance of 182.93 feet to a calculated point for the beginning of a curve to the right having a radius of 503.51 feet, a delta of 31 degrees 47 minutes 53 seconds, and whose chord bears North 24 degrees 53 minutes 44 seconds West, a chord distance of 275.87 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 279.44 feet to a calculated point for corner; Exhibit A Page 2 of 8 r (MUG V VI L. 1 THENCE North 03 degrees 12 minutes 57 seconds West, a distance of 308.25 feet to a calculated point for the beginning of a curve to the right having a radius of 1,129.64 feet, a delta of 17 degrees 55 minutes 28 seconds, and whose chord bears North 05 degrees 16 minutes 48 seconds East, a chord distance of 351.96 feet; THENCE Northerly, with said curve to the right, an arc distance of 353.39 feet to a calculated point for corner; THENCE North 12 degrees 23 minutes 25 seconds East, a distance of 106.44 feet to a calculated point for the beginning of a curve to the left having a radius of 763.35 feet, a delta of 22 degrees 28 minutes 43 seconds, and whose chord bears North 03 degrees 52 minutes 08 seconds East, a chord distance of 297.56 feet; THENCE Northerly, with said curve to the left, an arc distance of 299.48 feet to a calculated point for corner; THENCE North 08 degrees 39 minutes 34 seconds West, a distance of 192.93 feet to a calculated point for corner; THENCE North 02 degrees 31 minutes 40 seconds West, a distance of 47.49 feet to a calculated point for the beginning of a curve to the left having a radius of 716.13 feet, a delta of 36 degrees 18 minutes 58 seconds, and whose chord bears North 20 degrees 55 minutes 21 seconds West, a chord distance of 446.35 feet; THENCE Northwesterly, with said curve to the left, an arc distance of 453.91 feet to a calculated point for corner; THENCE North 36 degrees 32 minutes 02 seconds West, a distance of 140.15 feet to a calculated point for corner; THENCE North 37 degrees 06 minutes 17 seconds West, a distance of 118.32 feet to a calculated point for corner; THENCE North 38 degrees 05 minutes 47 seconds West, a distance of 103.97 feet to a calculated point for corner; THENCE North 40 degrees 04 minutes 14 seconds West, a distance of 108.15 feet to a calculated point for corner; THENCE North 40 degrees 46 minutes 38 seconds West, a distance of 122.31 feet to a calculated point for corner; Exhibit A Page 3 of 8 GGNV'T I r1:19 J VI G 1 THENCE North 38 degrees 19 minutes 32 seconds West, a distance of 179.88 feet to a calculated point for the beginning of a curve to the right having a radius of 1,123.12 feet, a delta of 09 degrees 06 minutes 09 seconds, and whose chord bears North 31 degrees 34 minutes 32 seconds West, a chord distance of 178.24 feet; THENCE Northwesterly, with said curve to the right, an arc distance of 178.43 feet to a calculated point for the beginning of a compound curve to the right having a radius of 759.33 feet, a delta of 27 degrees 00 minutes 46 seconds, and whose chord bears North 15 degrees 39 minutes 23 seconds West, a chord distance of 354.69 feet; THENCE Northerly, with said compound curve to the right, an arc distance of 358.00 feet to a calculated point for corner; THENCE North 00 degrees 38 minutes 08 seconds East, a distance of 301.84 feet to a calculated point for the beginning of a curve to the left having a radius of 2,015.12 feet, a delta of 08 degrees 29 minutes 00 seconds, and whose chord bears North 02 degrees 04 minutes 54 seconds West, a chord distance of 298.09 feet; THENCE Northerly, with said curve to the left, an arc distance of 298.37 feet to a calculated point for corner; THENCE North 06 degrees 10 minutes 20 seconds West, a distance of 212.92 feet to a calculated point for corner; THENCE North 09 degrees 50 minutes 13 seconds West, a distance of 78.97 feet to a calculated point for corner in the north line of said called 3,590.912 acre (gross) tract of land and the south line of Aledo Road (a variable width right-of-way); THENCE North 84 degrees 16 minutes 53 seconds East, with the north line of said called 3,590.912 acre (gross) tract of land and with the south line of said Aledo Road, a distance of 24.06 feet to a calculated point for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears South 87 degrees 34 minutes 46 seconds East, a distance of 17,380.52 feet, said 1/2 inch iron rod with cap stamped "YP ASSOCIATES.COM" being the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas; THENCE South 09 degrees 50 minutes 13 seconds East, a distance of 78.01 feet to a calculated point for corner; Exhibit A Page 4 of 8 J LLJV'TJV I r 49c I V VI L 1 THENCE South 06 degrees 10 minutes 20 seconds East, a distance of 213.65 feet to a calculated point for the beginning of a curve to the right having a radius of 2,039.12 feet, a delta of 08 degrees 28 minutes 25 seconds, and whose chord bears South 02 degrees 05 minutes 08 seconds East, a chord distance of 301.29 feet; THENCE Southerly, with said curve to the right, an arc distance of 301.57 feet to a calculated point for corner; THENCE South 00 degrees 38 minutes 08 seconds West, a distance of 300.93 feet to a calculated point for the beginning of a curve to the left having a radius of 735.33 feet, a delta of 27 degrees 00 minutes 09 seconds, and whose chord bears South 15 degrees 41 minutes 47 seconds East, a chord distance of 343.35 feet; THENCE Southerly, with said curve to the left, an arc distance of 346.55 feet to a calculated point for the beginning of a compound curve to the left having a radius of 1,099.12 feet, a delta of 09 degrees 06 minutes 07 seconds, and whose chord bears South 31 degrees 33 minutes 07 seconds East, a chord distance of 174.42 feet; THENCE Southeasterly, with said compound curve to the left, an arc distance of 174.61 feet to a calculated point for corner; THENCE South 38 degrees 19 minutes 32 seconds East, a distance of 178.90 feet to a calculated point for corner; THENCE South 40 degrees 46 minutes 38 seconds East, a distance of 121.94 feet to a calculated point for corner; THENCE South 40 degrees 04 minutes 14 seconds East, a distance of 108.71 feet to a calculated point for corner; THENCE South 38 degrees 05 minutes 47 seconds East, a distance of 104.59 feet to a calculated point for corner; THENCE South 37 degrees 06 minutes 17 seconds East, a distance of 118.64 feet to a calculated point for corner; THENCE South 36 degrees 32 minutes 02 seconds East, a distance of 139.74 feet to a calculated point for the beginning of a curve to the right having a radius of 740.13 feet, a delta of 36 degrees 16 minutes 42 seconds, and whose chord bears South 20 degrees 53 minutes 59 seconds East, a chord distance of 460.84 feet; THENCE Southeasterly, with said curve to the right, an arc distance of 468.63 feet to a calculated point for corner; Exhibit A Page 5 of 8 LLJV`TJV IL r4yG 1 1 VI L 1 THENCE South 02 degrees 31 minutes 40 seconds East, a distance of 46.25 feet to a calculated point for corner; THENCE South 08 degrees 39 minutes 34 seconds East, a distance of 191.92 feet to a calculated point for the beginning of a curve to the right having a radius of 787.35 feet, a delta of 22 degrees 27 minutes 24 seconds, and whose chord bears South 03 degrees 50 minutes 18 seconds West, a chord distance of 306.62 feet; THENCE Southerly, with said curve to the right, an arc distance of 308.59 feet to a calculated point for corner; THENCE South 12 degrees 23 minutes 25 seconds West, a distance of 106.27 feet to a calculated point for the beginning of a curve to the left having a radius of 1,105.64 feet, a delta of 17 degrees 56 minutes 58 seconds, and whose chord bears South 05 degrees 17 minutes 15 seconds West, a chord distance of 344.95 feet; THENCE Southerly, with said curve to the left, an arc distance of 346.37 feet to a calculated point for corner; THENCE South 03 degrees 12 minutes 57 seconds East, a distance of 307.12 feet to a calculated point for the beginning of a curve to the left having a radius of 479.51 feet, a delta of 31 degrees 46 minutes 16 seconds, and whose chord bears South 25 degrees 01 minutes 31 seconds East, a chord distance of 262.50 feet; THENCE Southeasterly, with said curve to the left, an arc distance of 265.89 feet to a calculated point for corner; THENCE South 36 degrees 06 minutes 12 seconds East, a distance of 184.35 feet to a calculated point for corner; THENCE South 34 degrees 06 minutes 07 seconds East, a distance of 46.06 feet to a calculated point for corner; THENCE South 38 degrees 08 minutes 05 seconds East, a distance of 43.07 feet to a calculated point for corner; THENCE South 38 degrees 50 minutes 23 seconds East, a distance of 293.04 feet to a calculated point for corner; THENCE South 36 degrees 03 minutes 08 seconds East, a distance of 230.56 feet to a calculated point for corner; THENCE South 33 degrees 14 minutes 13 seconds East, a distance of 178.65 feet to a calculated point for corner; Exhibit A Page 6 of 8 I- Cl IL VI LI THENCE South 31 degrees 19 minutes 32 seconds East, a distance of 284.87 feet to a calculated point for corner; THENCE South 26 degrees 33 minutes 37 seconds East, a distance of 154.23 feet to a calculated point for the beginning of a curve to the right having a radius of 2,421.95 feet, a delta of 12 degrees 04 minutes 29 seconds, and whose chord bears South 18 degrees 13 minutes 46 seconds East, a chord distance of 509.47 feet; THENCE Southeasterly, with said curve to the an arc distance of 510.41 feet to a calculated point for the beginning of a reverse curve to the left having a radius of 3,380.52 feet, a delta of 06 degrees 28 minutes 19 seconds, and whose chord bears South 14 degrees 28 minutes 40 seconds East, a chord distance of 381.65 feet; THENCE Southeasterly, with said reverse curve to the left, an arc distance of 381.85 feet to a calculated point for corner; THENCE South 18 degrees 33 minutes 24 seconds East, a distance of 636.80 feet to a calculated point for corner; THENCE South 17 degrees 34 minutes 17 seconds East, a distance of 197.27 feet to a calculated point for corner; THENCE South 16 degrees 32 minutes 34 seconds East, a distance of 349.50 feet to a calculated point for corner; THENCE South 13 degrees 46 minutes 04 seconds East, a distance of 106.77 feet to a calculated point for corner; THENCE South 12 degrees 52 minutes 47 seconds East, a distance of 128.08 feet to a calculated point for corner; THENCE South 14 degrees 46 minutes 12 seconds East, a distance of 244.92 feet to a calculated point for corner; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 208.25 feet to a calculated point for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 24.00 feet to the POINT OF BEGINNING, and containing 201,870 square feet or 4.634 acres of land, more or Tess. Exhibit A Page 7 of 8 aL rayc 1 VI L1 Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Bearings are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: December 14, 2021 Revised February 9, 2023 Ri h d K d c ar enne y Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 8 of 8 JLL•JV'TJIJ 1 L r Q9. G I Y V I L 1 EXHIBIT ''B'' MATCHLINE PAGE 2 v. PROPOSED 30.0' PERMANENT ELECTRIC EASEMENT CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T. TRACT 40 CREEKS OF ALEDO VOLUME 2002, PAGE 1945 O.P.R.P.C,T, END 1/2-IR TRACT 39 CREEKS OF ALEDO O U uJ w PROPOSED ELEVATED STORAGE TANK SITE 44,100 SQ.FT. 1.012 ACRES S 7T53'20 VOLUME 2012. PAGE 926 O.P.R.P.C.T. .9506 rtn 400 200 0 400 SCALE IN FEET 24.0' PERMANENT ACCESS EASEMENT 201,870 SO. FT, 4.634 ACRES rim A SEE DETAIL "B" rU) REVISED FEBRUARY 9, 2023 orr.43Biro City of Fort Worth 200 TEXAS STREET • FORT WOMB. TEXAS MOOR 200 • WORTH. 76102 WES T SIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS G&AI JOB No. KHA 2106.00 DATE: DECEMBER 14, 2021 DRAWN BY: RK EXHIBIT B PAGE 1 OF 6 CAD FILE: 03E_ACCESSJR01.DWG SCALE: 1 • •• 400' 1/4 RICHARD KENNEDY 1Q Psi � ?' 5527 � �4'..•S51' • UR`�F RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No, 10106900 GORRONDONA do ASSOCIATES. INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 ✓LLJV`►JV IL rayc IH V/ L I 5. EXHIBIT "B " MATCHLINE PAGE 3 W. ROBINSON SURVEY ABSTRACT NO. 1 107 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 O.P.R.T.C.T. 5_ 400 200 0 400 SCALE IN FEET 24.0 PERMANENT ACCESS EASEMENT 201.870 SO. FT. 4.634 ACRES MATCHLINE PAGE 1 REVISED FE©RUARY 9, 2023 �T�'o�' City of Fort Worth 200 TEXAS STREET • FORT WORTH. TEXAS 16102 TEXAS • WORTH. 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT I CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) 1 G&AI JOB No. KHAi106.00 DRAWN BY: RK CAD FILE: 03E_ACCESSJ201.DWG RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106400 1 GORRONDONA do ASSOCIATES, INC. • 2800 N.E LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 DATE DECEMBER 14, 2021 EXHIBR B PAGE 2 OF 6 SCALE: 1' - 400' l GLJVYJV 1 L 1ClUV 1V V1 AI EXHIBIT ''B'' MATCHLINE PAGE 4 400 200 0 S) 400 SCALE IN FEET CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 0.P.R.T.C.T. 0 \\.0 L-39 �-"_ 19 Ill r 1 iipo in I • (.13 / 4 dr-L-47 Yu) f. U 24.0' PERMANENT ACCESS EASEMENT 201,870 SO. FT. 4.634 ACRES � O� MATCHLINE PAGE 2 REVISED FEBRUARY 9, 2023 oRilL.iporr City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS )6102 • 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) GdrAl JOB No. KHA_2106.00 DATE: DECEMBER 14, 2021 DRAWN BY: RK EXHIBIT B PAGE 3 OF 6 CAD FILE 03E_ACCESS_R01.DWG SCALE: 1' = 400' RICHARD KENNEDY I r` REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 LLJ V`T •7V IL r129 11 VI L1 400 200 0 400 SCALE IN FEET EXHIBIT ''B'' ALEDO ROAD UNION PgCIFIC (VARIABLE WIDTH RIGHT-OF-WAY) VOLUMELROgO COMP r. 13215, PAGE 130 S 8T34'46'E 17,380.52' SEE r r.1 r DETAIL "A" Iu) i) (f.1 SL- Ca G� \ 4 CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D221245221 0.P.R.T.C.T. 24.0' PERMANENT ACCESS EASEMENT 201,870 SO. FT. 4.634 ACRES MATCHLINE PAGE 3 REVISED FEBRUARY 9, 2023 o �pr City of Fort Worth 200 rovs STREET • FORT WORTH, mws �sio: TD(AS • WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI JOB No. KHA_2106.00 DATE: DECEMBER 14, 2021 DRAWN BY: RK EXHIBIT B PAGE 4 OF 6 CAD FILE: 03E ACCESS RO1.DWG SCALE: 1' = 400' RICHARD KENNEDY if REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 680 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 .LLJV`fJV I L 09V I V VI L I 0 • FOUND CORNER (SIZE AND TYPE NOTED) O CALCULATED POINT EXHIBIT ''B'' LEGEND PROPERTY LINE PROPOSED EASEMENT LINE SURVEY LINE SET 5/8"IR W/CAP STAMPED "GORRONDONA & ASSOCIATES, ALEDO ROAD (VARIABLE WIDTH RIGHT-OF-WAY) L-29 INC." NOTES: 1. A LEGAL DESCRIPTION OF SAME SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. 2. BEARINGS ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ARE SURFACE P.O.B. DETAIL "B" NOT TO SCALE 24.0' PERMANENT ACCESS EASEMENT WHOLE PROPERTY MAP AND LOCATION OF EASEMENT REVISED FEBRUARY 9, 2023 o�rWo�r City of Fort Worth zoo �o(as STREET • FORT WORTH, rons �sioz 200 TEXAS • WORTH. TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS, LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI JOB No. KHA 2106.00 DATE: DECEMBER 14, 2021 DRAWN BY: RK EXHIBIT B PAGE 5 OF 6 CAD FILE: 03E ACCESS-R01.DWG SCALE: 1' = 400' RICHARD KENNEDY i! REGIILNED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 rays IJ VI A. EXHIBIT "B " CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 3,404.52' 06'28'18" N 14'28'511V 384.34' 384.54' C-2 2,397.95' 12'03'31' N 18'13'341V 503.74' 504.68' C-3 503.51' 31'47'53" N 24'53'441V 275.87' 279.44' C-4 1.129.64' 1755'28" N 05'16'48'E 351.96' 353.39' C-5 763.35' 22'213'43" N 03'52'08"E 297.56' 299.48' C-8 716.13' 36'18'58" N 20'55'21'W 446.35' 453.91' C-7 1,123.12' 09'06'09' N 31'34'321V 178.24' 178.43' C-B 759.33' 2700'46' N 15'39.23W 354.69' 358.00' C-9 2,015.12' 08'29'00' N 02'04'541V 298.09' 298.37' C-10 2,039.12' 08'28'25' S 02'05'08-E 301.29' 301.57' C-11 735.33' 2700'09' S 15'41'47"E 343.35' 346.55' C-12 1,099.12' 09'08'07" S 31'33'07"E 174.42' 174.61' C-13 740.13' 36'16'42' S 20'53'59"E 460.84' 468.63' C-14 787.35' 2727'24' S 03'50'18 W 306.62' 308.59' C-15 1,105.64' 1756'58" S 05'17'15'W 344.95' 346.37' C-16 479.51' 31'46'16" S 25'01'31"E 262.50' 265.89' C-17 2,421.95' 12'04'29' S 18'13'48"E 509.47' 510.41' C-18 3,380.52' 06'28' 19' S 1 4 28'40'E 381.65' 381.85' UNE TABLE UNE BEARING DISTANCE L-1 N 23.05'331W 210.00' L-2 N 14'46' 121V 247.06' L-3 N 12'52'47"W 128.29' L-4 N 13'46'04'W 106.00' 1-5 N 1632'341V 348.70' L-6 N 17•34'171V 196.85' 1-7 N 18'33'241V 636.77' 1-8 N 2633'371V 152.75' L-9 N 31'19'32'W 283.47' 1-10 N 33'14'13'W 177.66' L-11 N 36'03'081V 229.39' L-12 N 38'50'23"W 292.60' L-13 N 38'08'05'W 44.06' L-14 N 34'06'071V 46.48' 1-15 N 3606'12"W 182.93' L-16 N 03'12'571V 308.25' L-17 N 1723'25"E 106.44' L-18 N 08'39'34'W 192.93' L-19 N 02'31'40111 47.49' L-20 N 36.32'0211 140.15' UNE TABLE UNE BEARING DISTANCE 1-21 N 37•06'17W 118.32' L-22 N 38'05'47"W 103.97' 1-23 N 40'04'14'1V 108.15' 1-24 N 40'46'38 W 122.31' L-25 N 31319'32'W 179.88' L-26 N 00'38'08"E 301.84' 1-27 N 06'10'20"W 212.92' 1-28 N 09'50`13'1V 78.97' L-29 N 84' 16'53'E 24.06' L-30 S 09'50'13"E 78.01' 1-31 S 0610'20"E 213.65' L-32 S 00'38'081V 300.93' L-33 S 38'19'32"E 178.90' 1-34 S 40'46'38"E 121.94' 1-35 S 40'04'14'E 108.71' 1-36 S 38.05'47"E 104.59' L-37 S 3706'17"E 118.64' 1-38 S 36'32'02'E 139.74' L-39 S 0731'40'E 46.25' 1-40 S 08'39'34"E 191.92' UNE TABLE UNE BEARING DISTANCE L-41 S 1723'25'W 106.27' 1-42 S 0312'57"E 307.12' L-43 S 36'06'12'E 184.35' L-44 S 34'06'07'E 46.06' L-45 S 38'08'05'E 43.07' 1-46 S 38'50'23"E 293.04' 1-47 S 36'0308"E 230.56' L-48 S 33'14'13'E 178.65' L-49 S 31'19'37E 284.87' 1-50 S 2633'37-E 154.23' L-51 S 18'33'24"E 636.80' L-52 S 1734'17'E 197.27' 1-53 S 16'32'34-E 349.50' 1-54 S 13'46'04"E 106.77' 1-55 S 175747'E 128.08' 1-58 S 14'46.12'E 244.92' L-57 S 23'05'33`E 208.25' L-58 S 66'54'27'W 24.00' REVISED FEBRUARY 9, 2023 oRT� City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS ]fi101 • FORT WORTH, 76102 WE S T SIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN PERMANENT ACCESS EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS LLC LOCATION: CITY OF FORT WORTH, PARKER AND TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 201,870 SQUARE FEET OR 4.634 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS G& J JOB No. KHA 2106.00 DATE DECEMBER 14. 2021 DRAWN BY: RK EXHIB T B PAGE 6 OF 6 CAD FILE. 03E-ACCESS_R01.DWG SCALE: 1' - 400' RICHARD 'KENNEDY 1/ REGISTERED PROFESSIONAL LAND SURVEYOR N0. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 Electronically Recorded by Tarrant County Clerk in Official Public Records .... %%%% . . . v. Sa.a...a. . Sail.. v... • 5 ,,..... MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 103292 Westside IV Elevated Storage Tank and Water Transmission Main Parcel No. 12 TCE ALEDO RD HENRY LANE SURVEY, Abstract 928; S A & M G RR CO SURVEY, Abstract 1479; I & G N RR CO SURVEY, Abstract 1991 (BALANCE IN PARKER CTY) STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: �ti��.a� O 3 GRANTOR: TRT LAND INVESTORS, LLC a Delaware limited liability company GRANTOR'S MAILING ADDRESS (including County): 4001 MAPLE AVENUE SUITE 270 DALLAS, DALLAS COUNTY, TX.75219 GRANTEE: CITY OF FORT WORTH GRANTEES MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 FORT WORTH. r4yc G VI V accordance with ExhibitA and Exhibit B, attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing elevated storage tank and permanent water line improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this temporary easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on Grantor's warranty and representation in accepting this temporary easement. TO HAVE AND TO HOLD the above -described temporary easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, until the cessation or expiration of the rights granted hereunder. Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 FORTWORTH. I'V r129C N VI V GRANTOR: TRT LAND INVESTORS, LLC, a Delaware limit: i iability company By: (Print Name Paul I pr. o rcy (Title) V i P re s -, a ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Pa tU 1 ft , 3 0 rcrc, , V 1 C-. re Wt hi' of TRT Land Investors, LLC, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TRT Land Investors, LLC and that they executed the same as the act of said Delaware limited liability company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 3 An uar`' n , 243 [SEAL] \,oulit ,', JOSELYNE LARA =▪ =°�P' `(61 Notary Public, State of Texas "▪ fl• f Comm. Expires 03-17-2026 ',/,,goo Notary ID 133652910 TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 Noy Public, Jate of Te Name (printed): J O e H i r\ i Lot ra Notary's commission expires: o t- (1 - Z O Z cP FoR�H. wyc -r WI aI ACCEPTED BY: GRANTEE: City of Fort Worth Dana Burcrlidoff By (Signature); Dana Burghdoff (Feb 1, 2023 20:23 CST) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff Assistant City Manager of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me thatthe same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of Feb 2, 2023 [SEAL) SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp. Mar. 31, 2024 TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 Selena Ala (Feb 2, 2023 13:28 CST) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 FOR 1�WORT_H, J - 19. rayc I VI V WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH TARRANT COUNTY, TEXAS EXHIBIT "A" Being a 0.870 acre (37,895 square feet) tract of land out of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 0.870 acre (37,895 square feet) tract of land being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northeast corner of a proposed 1.012 acre (44,100 square feet) tract of land designated as an Elevated Storage Tank Site, said 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" being in the west line of a proposed 24.0' Access Easement; THENCE South 66 degrees 54 minutes 27 seconds West, with the north line of said Elevated Storage Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the northwest corner of said Elevated Storage Tank Site; THENCE South 23 degrees 05 minutes 33 seconds East, with the west line of said Elevated Storage Tank Site, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southwest corner of said Elevated Storage Tank Site; THENCE North 66 degrees 54 minutes 27 seconds East, with the south line of said Elevated Storage Tank Site, passing at a distance of 210.00 feet, a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for the southeast corner of said Elevated Storage Tank Site and the southwest corner of said proposed 24.0' Access Easement, in all, a distance of 234.00 feet to a calculated point for the southeast corner of said proposed 24.0' Access Easement; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 50.00 feet to a calculated point for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 284.00 feet to a calculated point for corner; THENCE North 23 degrees 05 minutes 33 seconds West, a distance of 310.00 feet to a calculated point for corner; Exhibit A Page 1 of 2 ,.* raycvv1 v THENCE North 66 degrees 54 minutes 27 seconds East, a distance of 267.79 feet to a calculated point for corner in the west line of said proposed 24.0' Access Easement; THENCE South 14 degrees 13 minutes 53 seconds East, with the west line of said proposed 24.0' Access Easement, a distance of 50.60 feet to the POINT OF BEGINNING, and containing 37,895 square feet or 0.870 acres of land, more or less. Notes: 1.) A plat of same survey date herewith accompanies this legal description. 2.) Bearings are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. Date: November 23, 2021 Richard Kennedy Registered Professional Land Surveyo No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 2 of 2 JLL.IU' U 1 `f rayc 1 v1 %I TEMPORARY CONSTRUCTION EASEMENT 37,895 SQ. FT. 0.870 ACRES PROPOSED ELEVATED STORAGE TANK SITE 44,100 SQ.FT. 1.012 ACRES CALLED 3,590.912 ACRES (GROSS) TRT LAND INVESTORS, LLC INST. NO. D123456789 O.P.R.T.C.T. ORT WORT City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN TEMPORARY CONSTRUCTION EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 37,895 SQUARE FEET OR 0.870 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&A! JOB No. KRA_2106.00 DATE NOVEMBER 23, 2021 DRAWN BY: RK EXHIBIT B PAGE 1 OF 2 CAD FILE: 02E—TCE—ROO.DWG SCALE: 1" = 100' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 VLLJVYJV 1Y f ctvc UV! V EXHIBIT "B " LEGEND PROPERTY LINE PROPOSED EASEMENT LINE SURVEY LINE ® SET 5/8"IR W/CAP STAMPED "GORRONDONA & ASSOCIATES, INC." • FOUND CORNER (SIZE AND TYPE NOTED) O CALCULATED POINT UNE TABLE UNE BEARING DISTANCE L-1 S 23'05'33" E 50.00' L-2 S 14'13'53" E 50.60' NOTES: 1. A LEGAL DESCRIPTION OF SAME SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. 2. BEARINGS ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSitM, NAD-83 (2011), NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ARE SURFACE. TEMPORARY ____.\\IrSEMENT CONSTRUCTION EA WHOLE PROPERTY MAP AND LOCATION OF EASEMENT City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WE S T SIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN TEMPORARY CONSTRUCTION EASEMENT CITY PROJ. NO. 103292 OWNER: TRT LAND INVESTORS LLC LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 37,895 SQUARE FEET OR 0.870 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES (GROSS) G&AI JOB No. KHA_2106.00 DATE: NOVEMBER 23, 2021 DRAWN BY: RK EXHIBIT B PAGE 2 OF 2 CAD FILE: 02E_TCE_ROO.DWG SCALE: 1" 100' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES. INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS SPECIAL WARRANTY DEED Grantor: TRT LAND INVESTORS, LLC, a Delaware limited liability company Grantor's Mailing Address (including County): 4001 Maple Avenue, Suite 600 Dallas, Dallas County, TX 75219 Grantee: CITY OF FORT WORTH, A MUNICIPAL CORPORATION Grantee's Mailing Address (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TEXAS 76102 Consideration: TEN AND NO/100--- ($10.00) ---DOLLARS and other good and valuable consideration, the receipt of which is hereby acknowledged and confessed; Property: BEING a tract of land situated, in TARRANT County and being more particularly described by metes and bounds on EXHIBIT A and EXHIBIT B attached hereto and made a part hereof for all purposes (the "Land"), together with (i) all buildings, fixtures, structures and improvements thereon; (ii) any strips or gores between the Land and all abutting properties; (iii) all roads, alleys, rights -of -way, easements, streets and ways adjacent to or serving the Land and rights of ingress and egress thereto, whether surface, subsurface or otherwise; (iv) any land lying in the bed of any street, road or access way, opened or proposed, in front of, at a side of or adjoining the Land, to the centerline of such street, road or access way; (v) all of Seller's rights, titles and interest, if any, in and to all water rights or any kind or character pertaining to the Land; and (vi) all licenses, interests, and rights appurtenant to the Land. The Land and items (i)-(vi) are collectively referred to as the "Property." Reservations from Conveyance: A. THIS CONVEYANCE IS MADE SUBJECT TO AND THERE IS EXCEPTED HEREFROM, ALL OIL, GAS AND OTHER MINERALS AND ROYALTIES SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 1 of 5 D223050110 03/28/2023 11:55 AM Page: 1 of 10 Fee: $55.00 Electronically Recorded by Tarrant County Clerk in Official Public Records FORT WORTH. Submitter: Providence Title Company MARY LOUISE NICHOLSON 11 V r Qy c L WI I V HERETOFORE RESERVED OR CONVEYED TO OTHERS AND GRANTOR HEREBY EXCEPTS AND RESERVES UNTO GRANTOR, GRANTOR'S HEIRS SUCCESSORS AND ASSIGNS FOREVER, ALL REMAINING OIL, GAS AND OTHER MINERALS IN AND UNDER AND THAT MAY BE PRODUCED FROM THE LANDS DESCRIBED HEREIN. IF THE MINERAL ESTATE IS SUBJECT TO EXISTING PRODUCTION OR AN EXISTING LEASE, THIS RESERVATION INCLUDES THE PRODUCTION, THE LEASE AND ALL BENEFITS FROM IT. GRANTOR DOES HEREBY EXPRESSLY RELEASE AND WAIVE, ON BEHALF OF THE GRANTOR AND THE GRANTOR'S HEIRS, SUCCESSORS, AND ASSIGNS, ALL RIGHTS OF INGRESS AND EGRESS, AND ANY AND ALL OTHER RIGHTS OF EVERY KIND AND CHARACTER WHATSOEVER, TO ENTER UPON AND USE ANY PART OF THE SURFACE OF THE SUBJECT PROPERTY FOR ANY PURPOSE INCIDENT TO EXPLORING FOR, DEVELOPING, DRILLING FOR, PRODUCING, TRANSPORTING, MINING, TREATING, OR STORING THE OIL, GAS AND OTHER MINERALS IN, ON, AND UNDER THE SUBJECT PROPERTY. B. NOTHING HEREIN CONTAINED SHALL EVER BE CONSTRUED TO PREVENT THE GRANTOR, OR THE GRANTOR'S HEIRS, SUCCESSORS, OR ASSIGNS, FROM DEVELOPING OR PRODUCING THE OIL, GAS AND OTHER MINERALS IN AND UNDER THE SUBJECT PROPERTY BY POOLING OR BY DIRECTIONAL DRILLING UNDER THE SUBJECT PROPERTY FROM WELL SITES LOCATED ON TRACTS OUTSIDE THE SUBJECT PROPERTY. Exceptions to Conveyance and Warranty: THIS CONVEYANCE IS EXECUTED, DELIVERED AND ACCEPTED SUBJECT TO AD VALOREM TAXES FOR THE CURRENT YEAR, ROLLBACK TAXES DUE TO THIS CONVEYANCE OR GRANTEE'S USE OF THE SUBJECT PROPERTY, MAINTENANCE FUND LIENS, ZONING ORDINANCES, UTILITY DISTRICT ASSESSMENTS AND STANDBY FEES, IF ANY, ANY AND ALL VALID UTILITY EASEMENTS CREATED BY THE DEDICATION DEED OR PLAT OF THE SUBDIVISION IN WHICH SAID REAL PROPERTY IS LOCATED, RECORDED EASEMENTS, MINERAL, RESERVATIONS AND LEASES, RESTRICTIONS, COVENANTS, CONDITIONS, RIGHTS OF WAY EASEMENTS, IF ANY, AFFECTING THE HEREIN DESCRIBED PROPERTY BUT ONLY TO THE EXTENT THE SAME ARE VALID AND SUBSISTING: Grantor, for the consideration and subject to the Reservation from Conveyance, Exceptions to Conveyance and Warranty, and Conditions grants, sells, and conveys to Grantee the property, together with all and singular the rights and appurtenances thereto in any wise belonging, to have and hold it to Grantee, Grantee's heirs, executors, administrators, successors, or assigns forever. Grantor hereby binds Grantor and Grantor's heirs, executors, administrators, and successors to warrant and forever defend all and singular the property to Grantee and Grantee's heirs, executors, administrators, successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations from SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 2 of 5 FORT. J I IV ruyc J VI 1V Conveyance and Exceptions to Conveyance and Warranty and subject to the Conditions, when the claim is by, through, or under Grantor, but not otherwise. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): (i) The Property shall be used for the construction, operation and maintenance of the Westside IV Elevated Storage Tank, all support appurtenances, and a 36" Transmission Main (the "Project"); and (ii) If Grantee fails to cause completion of the Project so that the Project can be operational on or before the 10a' anniversary of the date of this Special Warranty Deed or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written Exercise Notice, Grantee will convey the Property to Grantor in consideration for Grantor's payment to Grantee of Ten Dollars ($10.00). This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 3 of 5 Fo�RrH. 1 I V THIS CONVEYANCE DOCUMENT TO BE EFFECTIVE as of this the date of fy,,y,\Ac„_,,,,k GRANTOR: THE STATE OF TEXAS COUNTY OF <COUNTY> TRT LAND INVESTORS, LLC, a Delaware limitedliability company By: (Print Name (Title) PAW Pk. 3org', i Pr i r11" (Acknowledgment) § This instrument was acknowledged before me P6 Al pc. Jorc -, tnci lrvestors , LLG entity> . • RA JQSELYNE LARA °: ;6 Notary Public, State of Texas Comm. Expires 03-17-2028 ,°;,;; Notary ID 133652910 on this the date of anu4ary !!, 2OZ� , by 'JiC� reSiOtLft of , ON BEHALF OF SAID <individual / AAA- otaPublic, Sthte of Tex`aS� otary's Name (printed): J ost H rve L a 1'A otary's commission expires: 0 3 n—unAp NOTICE: This document affects your legal rights. Read it carefully before signing. SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 4 of 5 FORT r,1Wo�xn1. /La/VVV I IV I QyG N v1 1 V ACCEPTED AND AGREED TO: CITY OF FORT WORTH Dana Erhdo f1 By (Signature): Dana Burghdoff (M 23, 20231 :39 CDT) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY ✓Lvtcr av By (Signature): (Print Name) Matt Mu rray (Title) Assistant City Attorney M&C No. 23-0163 Approved: 28 Feb 2023 THE STATE OF TEXAS COUNTY OF TARRANT (Acknowledgment) § This instrument was acknowledged before me on this the date of Mar 23, 2023 , by Dana Burghdoff Assistant City Manager of the City of Fort Worth, a Texas home rule municipal corporation on behalf of said City of Fort Worth. SELENA ALA Notary Public STATE OF TEXAS Notary I.D. 132422528 My Comm. Exp. Mar. 31, 2024 Selena Ala (Mar23, 202310:41 CDT) Notary Public, State of Texas Notary's Name (printed): Selena Ala Notary's commission expires: 3-31-2024 AFTER RECORDING RETURN TO: CITY OF FORT WORTH, A MUNICIPAL CORPORATION c/o Property Management Department — Real Estate Division 200 TEXAS STREET FORT WORTH, TEXAS 76102 SPECIAL WARRANTY DEED — CPN 103292 Pual 11 Rea. 20220425 Page 5 of 5 ForAbinE NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS SPECIAL WARRANTY DEED Grantor: TRT LAND INVESTORS, LLC, a Delaware limited liability company Grantor's Mailing Address (including County): 4001 Maple Avenue, Suite 600 Dallas, Dallas County, TX 75219 Grantee: CITY OF FORT WORTH, A MUNICIPAL CORPORATION Grantee's Mailing Address (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TEXAS 76102 Consideration: TEN AND NO/100-- . ($10.00) ---DOLLARS and other good and valuable consideration, the receipt of which is hereby acknowledged and confessed; Property: BEING a tract of land situated. in TARRANT County and being more particularly described by metes and bounds on EXHIBIT A and EXHIBIT B attached hereto and made a part hereof for all purposes (the "Land"), together with (i) all buildings, fixtures, structures and improvements thereon; (ii) any strips or gores between the Land and all abutting properties; (iii) all roads, alleys, rights -of -way, easements, streets and ways adjacent to or serving the Land and rights of ingress and egress thereto, whether surface, subsurface or otherwise; (iv) any land lying in the bed of any street, road or access way, opened or proposed, in front of, at a side of or adjoining the Land, to the centerline of such street, road or access way; (v) all of Seller's rights, titles and interest, if any, in and to all water rights or any kind or character pertaining to the Land; and (vi) all licenses, interests, and rights appurtenant to the Land. The Land and items (i)-(vi) are collectively referred to as the "Property." Reservations from Conveyance: A. THIS CONVEYANCE IS MADE SUBJECT TO AND THERE IS EXCEPTED HEREFROM, ALL OIL, GAS AND OTHER MINERALS AND ROYALTIES SPECIAL WARRANTY DF,Fn — CPN 103292 Parcel 11 Rev. 20220425 Page 1 of 5 D223050110 03/28/2023 11:55 AM Page: 1 of 10 Fee: $55.00 Electronically Recorded by Tarrant County Clerk in Official Public Records r, FosT__ Wow. Submitter: Providence Title Company MARY LOUISE NICHOLSON r aycv1 1v HERETOFORE RESERVED OR CONVEYED TO OTHERS AND GRANTOR HEREBY EXCEPTS AND RESERVES UNTO GRANTOR, GRANTOR'S HEIRS SUCCESSORS AND ASSIGNS FOREVER, ALL REMAINING OIL, GAS AND OTHER MINERALS IN AND UNDER AND THAT MAY BE PRODUCED FROM THE LANDS DESCRIBED HEREIN. IF THE MINERAL ESTATE IS SUBJECT TO EXISTING PRODUCTION OR AN EXISTING LEASE, THIS RESERVATION INCLUDES THE PRODUCTION, THE LEASE AND ALL BENEFITS FROM IT. GRANTOR DOES HEREBY EXPRESSLY RELEASE AND WAIVE, ON BEHALF OF THE GRANTOR AND THE GRANTOR'S HEIRS, SUCCESSORS, AND ASSIGNS, ALL RIGHTS OF INGRESS AND EGRESS, AND ANY AND ALL OTHER RIGHTS OF EVERY KIND AND CHARACTER WHATSOEVER, TO ENTER UPON AND USE ANY PART OF THE SURFACE OF THE SUBJECT PROPERTY FOR ANY PURPOSE INCIDENT TO EXPLORING FOR, DEVELOPING, DRILLING FOR, PRODUCING, TRANSPORTING, MINING, TREATING, OR STORING THE OIL, GAS AND OTHER MINERALS IN, ON, AND UNDER THE SUBJECT PROPERTY. B. NOTHING HEREIN CONTAINED SHALL EVER BE CONSTRUED TO PREVENT THE GRANTOR, OR THE GRANTOR'S HEIRS, SUCCESSORS, OR ASSIGNS, FROM DEVELOPING OR PRODUCING THE OIL, GAS AND OTHER MINERALS IN AND UNDER THE SUBJECT PROPERTY BY POOLING OR BY DIRECTIONAL DRILLING UNDER THE SUBJECT PROPERTY FROM WELL SITES LOCATED ON TRACTS OUTSIDE THE SUBJECT PROPERTY. Exceptions to Conveyance and Warranty: THIS CONVEYANCE IS EXECUTED, DELIVERED AND ACCEPTED SUBJECT TO AD VALOREM TAXES FOR THE CURRENT YEAR, ROLLBACK TAXES DUE TO THIS CONVEYANCE OR GRANTEE'S USE OF THE SUBJECT PROPERTY, MAINTENANCE FUND LIENS, ZONING ORDINANCES, UTILITY DISTRICT ASSESSMENTS AND STANDBY FEES, IF ANY, ANY AND ALL VALID UTILITY EASEMENTS CREATED BY THE DEDICATION DEED OR PLAT OF THE SUBDIVISION IN WHICH SAID REAL PROPERTY IS LOCATED, RECORDED EASEMENTS, MINERAL, RESERVATIONS AND LEASES, RESTRICTIONS, COVENANTS, CONDITIONS, RIGHTS OF WAY EASEMENTS, IF ANY, AFFECTING THE HEREIN DESCRIBED PROPERTY BUT ONLY TO THE EXTENT THE SAME ARE VALID AND SUBSISTING: Grantor, for the consideration and subject to the Reservation from Conveyance, Exceptions to Conveyance and Warranty, and Conditions grants, sells, and conveys to Grantee the property, together with all and singular the rights and appurtenances thereto in any wise belonging, to have and hold it to Grantee, Grantee's heirs, executors, administrators, successors, or assigns forever. Grantor hereby binds Grantor and Grantor's heirs, executors, administrators, and successors to warrant and forever defend all and singular the property to Grantee and Grantee's heirs, executors, administrators, successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations from SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 2 of 5 FoR[. 1 1 V r Qyc J VI IV Conveyance and Exceptions to Conveyance and Warranty and subject to the Conditions, when the claim is by, through, or under Grantor, but not otherwise. This conveyance is made subject, however, to the following additional conditions and limitations (collectively, the "Conditions"): (i) The Property shall be used for the construction, operation and maintenance of the Westside IV Elevated Storage Tank, all support appurtenances, and a 36" Transmission Main (the "Project"); and (ii) If Grantee fails to cause completion of the Project so that the Project can be operational on or before the 10th anniversary of the date of this Special Warranty Deed or such other date agreed to by Grantor and Grantee in writing, such failure shall be considered a "Repurchase Event." At any time after the occurrence of a Repurchase Event described in this paragraph, Grantor may deliver written notice of the Repurchase Event (a "Repurchase Event Notice") to Grantee and, if such Repurchase Event continues to exist for ninety (90) days after the Repurchase Event Notice, then Grantee agrees that Grantor has an option and right to purchase the Property from Grantee for Ten Dollars ($10.00) ("Repurchase Right"), which Repurchase Right and interest is reserved by Grantor from the conveyance set forth herein. Grantor shall have the right to exercise such Repurchase Right by delivering written notice (an "Exercise Notice") to Grantee at any time following ninety (90) days from Grantor's written Repurchase Event Notice to Grantee, and within ninety (90) days after such written Exercise Notice, Grantee will convey the Property to Grantor in consideration for Grantor's payment to Grantee of Ten Dollars ($10.00). This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 3 of 5 FORT WORTH. /LLMVJV 1 11J rClUG .T V1 1 V THIS CONVEYANCE DOCUMENT TO BE EFFECTIVE as of this the date of GRANTOR: THE STATE OF TEXAS COUNTY OF <COUNTY> TRT LAND INVESTORS, LLC, a Delaware limitedliability company By: (Print Name (Title) Paul Pt • 3o r i(: Lao\t (Acknowledgment) This Otrument was acknowledged before me 1 ZT Lard Irve'tors , LLG entity> . at1 IN • 3or�-c.. \���1Yp���I% JOSELYNE LARA °,• A Notary Public, State of Texas Comm. Expires 03-17-2026 '+ ,°;,';��P's Notary ID 133652910 on this the date of krwiarti } , 202, l., by resiottn"r of , ON BEHALF OF SAID <individual / Q� Q- ota Public, S to of Tex otary's Name (printed): J oSt 1 rti-e L arcs otary's commission expires: 0 3 - n - Lto NOTICE: This document affects your legal rights. Read it carefully before signing. SPECIAL WARRANTY DEED — CPN 103292 Parcel 11 Rev. 20220425 Page 4 of 5 FORT r�oRrH. r-Qyc N VI r V ACCEPTED AND AGREED TO: CITY OF FORT WORTH ,Dana E tQhdoff By (Signature): Dana Burghdoff (M 23, 2023 1 39 CDT) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY # au ✓2 �tcrr r By (Signature): (Print Name) MattMurray (Title) Assistant City Attorney M&C No. 23-0163 Approved: 28 Feb 2023 (Acknowledgment) !I {' STATE OF TEXAS COUNTY OF TARRANT This instrument was acknowledged before me on this the date of Mar 23, 2023 , by Dana Burghdoff e Assistant CltyManager of the City of Fort Worth, a Texas home rule municipal corporation on behalf of said City of Fort Worth. C.): SELENA ALANotary Public, : STATE OF TEXAS Notary ID. 132422528 ' My Comm. Exp. Mar, 31, 2024 4 Selena Ala (Mar23, 2023 10:41CDT) Notary Public, State of Texas Notary's Name (printed): Selena Ala Notary's commission expires: 3-31-2024 AFTER RECORDING RETURN TO: CITY OF FORT WORTH, A MUNICIPAL CORPORATION c/o Property Management Department — Real Estate Division 200 TEXAS STREET FORT WORTH, TEXAS 76102 SPECIAL WARRANTY DEED — CPN 103292 Parcel I Ray.20210425 Page 5 of 5 JLLJVJJI IJ rays V VI IJ BOUNDARY SURVEY CITY OF FORT WORTH WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN CITY PROJECT NO. 103292 EXHIBIT "A" Being a 44,100 square foot or 1.012 acre tract of land out of a called 3,590.912 acre (gross) tract of land conveyed to TRT Land Investors, LLC as recorded in Instrument No. D221245221 of the Official Public Records of Tarrant County, Texas, said 44,100 square foot or 1.012 acre tract of land being more particularly described by metes and bound as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set, from which a 1/2 inch iron rod found in a southwest line of said called 3,590.912 acre tract of land bears South 72 degrees 20 minutes 05 seconds West, a distance of 1,716.71 feet, said 1/2 inch iron rod being the southeast comer of Tract 40 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2002, Page 1945 of the Official Public Records Parker, County, Texas and the north corner of Tract 39 of the Creeks of Aledo, an addition to the City of Aledo, Parker County, Texas as recorded in Volume 2012, Page 926 of said Official Public Records Parker, County, Texas; THENCE North 66 degrees 54 degrees 27 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner, from which a 1/2 inch iron rod with cap stamped "YP ASSOCOCIATES.COM" found for the northeast corner of said called 3,590.912 acre tract of land bears North 65 degrees 23 minutes 33 seconds East, a distance of 16,391.59 feet, said 1/2 inch iron rod with cap stamped "YPASSOCIATES.COM" being at the intersection of FM 2871 (a variable width right-of-way) with the south line of a tract of land conveyed to the Union Pacific Railroad Company as recorded in Volume 13215, Page 130 of the Deed Records of Tarrant County, Texas; THENCE South 23 degrees 05 minutes 33 seconds East, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE South 66 degrees 54 minutes 27 seconds West, a distance of 210.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA & ASSOCIATES" set for corner; THENCE North 23 degrees 05 minutes 33 seconds West, a distance of 210.00 feet to the POINT OF BEGINNING, and containing 44,100 square feet or 1.012 acres of land, more or Tess. Exhibit A Page 1 of 2 rayc 1 VI IV Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: October 21, 2021 Richard Kennedy Registered Professional Land Surveyor No. 5527 Texas Firm No. 10106900 Exhibit A Page 2 of 2 ra9C%I ,v TRACT 40 K Op ALLDO CRag VOL"' 1945 PAGEO.p•R' p,C.7'• FND 1/21R TRACT 39 w EXHIBIT "B " RA1� ION PACIFIC VOLUME 1 g O AY7 30 D.R.T.C.i x` 70000.0.\7:75.0.0,0\ 0 ` OF ALgD 926 � CRE�K2p12, PA E ' VOLVMEO p.R.p'C , TRACT 3$ \ / \ FND 1 /2" IR W/CAP STAMPED "YPASSOCIATES.COM" ?3')Z rn r r � 11 Vj 1 1 r a 1 p 'moo 200 100 0 200 1111111111111111111111111111111 MIME SCALE IN FEET FokriirmVo City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN BOUNDARY SURVEY OWNER: CITY OF FORT WORTH J CITY PROJ. NO. 103292 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 44,100 SQUARE FEET OR 1.012 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS JOB No. KWL2106.00 DRAWN BY: MAP CAD FILE: WESTSIDE N_O1E-R00.DWG DATE OCTOBER 21, 2021 EXHIBIT B PAGE 1 OF 3 SCALE: 1" •• 200' RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900, GORRONDONA Qc ASSOCIATES, INC. • 2800 N.E. LOOP 820, SURE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 1 1 V rays J VI IV ABSTRACT No. A-2002 ABSTRACT No. A-1579 ABSTRACT No. A-1107 EXHIBIT "B" ABSTRACT No. A-1274 ALEDdFIOAD UNION PACIFIC RAILROPP COMPANY L ABSTRACT No. A-2224 ABSTRACT No. A-1991 ABSTRACT No. A.970 ABSTRACT No. A-497 ABSTRACT No. A-1865 TRT LAND INVESTORS, LLC INSTRUMENT NO. D221245221 O.P.R.T.C.T. CALLED GROSS 3,590.912 ACRES CALLED NET 3,584.129 ACRES a3 3 5 P.O.B. ABSTRACT No. A-928 FND 1/2"IR ABSTRACT No. A-1479 N. ABSTRACT No.A-1903 ABSTRACT No. A-1961 ABSTRACT No. A-623 FND 1 /2"IR STAMPED ABSTRACT "YPASSOCIATES.COM" No. A -may J ABSTF ACT ABSTRACT No. A-1357 ABSTRACT No. A-988 ABSTRACT No. A-1567 ABSTRACT No. A-1565 ABSTRACT No. A-1878 ABSTRACT No. A-1421 ABSTRACT No. A-1950 ABSTRACT No. A-1901 3200 1600 0 3200 SCALE IN FEET EozTrom City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN BOUNDARY SURVEY I CITY PROJ. NO. 103292 OWNER: CITY OF FORT WORTH LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 44,100 SQUARE FEET OR 1.012 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS JOB No. KHIL2106.00 DRAWN BY: MAP CAD FILE WESTSIDE N_01E_ROO.DWG DATE OCTOBER 21, 2021 EXHIBIT B PAGE 2 Of 3 SCALE: 1" — 3200' RICHARD KENNEDY REGISTERED PROFESSIONAL, LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 r.71 G 1 V V1 1 V EXHIBIT "B " LINE TABLE LINE BEARING DISTANCE L-1 N 66'54'27"E 210.00' L-2 S 23'05'33"E 210.00' L-3 S 66'54127"W 210.00' L-4 N 23'05.33"W 210.00' LEGEND ® 5/8 INCH IRON ROD WITH CAP STAMPED °G0RR0NDONA do ASSOCIATES' SET • IRON ROD FOUND (AS NOTED) O CALCULATED POINT — EASEMENT UNE (AS NOTED) SUBJECT TRACT PROPERTY LINE — — — — ADJOINING PROPERTY LINE — — — -- APPROXIMATE SURVEY UNE i NOTES: 1. A LEGAL DESCRIPTION OF EVEN GATE ACCOMPAN1S THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. fogopoicr City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN BOUNDARY SURVEY [CITY PROJ. NO. 103292 OWNER: CITY OF FORT WORTH LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 44,100 SQUARE FEET OR 1.012 ACRES WHOLE PROPERTY ACREAGE: 3,590.912 ACRES GROSS JOB No. KHA_2106.00 DRAWN 8Y: MAP CAD FIE WESTSIDE W_O1LROO.DWG DATE: OCTOBER 21, 2021 EXHIBIT 8 PAGE 3 OF 3 SCALE: NTS RICHARD KENNEDY REGISILRLD PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-498-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — I.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 GEOTECHNICAL ENGINEERING STUDY WESTSIDE IV ELEVATED STORAGE TANK AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. January 2022 PROJECT NO. 103-21-407-1 Ci Engineering January 21, 2022 Report No. 103-21-407-1 Kimley-Hom and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Jenifer Tatum, P.E. GEOTECHNICAL ENGINEERING STUDY WESTSIDE IV ELEVATED STORAGE TANK AND WATER TRANSMISSION MAIN FORT WORTH, TEXAS Dear Ms. Tatum: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were conducted in general accordance with CMJ Proposal 21-8128 (Revised) dated July 20, 2021 Authorization to proceed was provided via Kimley-Hom Individual Project Order (IPO) Number 061018398 dated July 22, 2021 and the subsequent Amendment Number 01 to the referenced IPO dated October 21, 2021. Engineering analyses and recommendations are contained in the text section of the report. 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 the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to the Kimley-Hom and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION F-9177 Matthew W. Kammerdiener, P.E. Project Engineer Texas No. 127818 �;•' 4,•qs MATTHEW W. KAMMERDIENER, tt �o:. 127818 ' s tl0 %c!CENst°, 44 i• copies submitted: (2) Ms. Jenifer Tatum, P.E.; Kimley-Hom and Associates, Inc. (email & mail) CMJ Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS 4 4.0 TANK FOUNDATION RECOMMENDATIONS 6 5.0 SITE DRAINAGE 8 6.0 TRENCH / BORE EXCAVATIONS 9 7.0 SEISMIC CONSIDERATIONS 12 8.0 EARTHWORK 12 9.0 CONSTRUCTION OBSERVATIONS 16 10.0 REPORT CLOSURE 17 APPENDIX A Plate Plan of Borings AAA —A.1B Unified Soil Classification System A.2 Key to Classification and Symbols A.3 Logs of Borings A.4 — A.17 Triaxial Shear Test Reports A.18 — A.23 1.0 INTRODUCTION 1.1 Project Description This report presents the final geotechnical investigation for the proposed elevated storage tank previously documented in the preliminary investigation, CMJ Report 103-21-407 dated September 9, 2021. The project site is located approximately 1'/2 miles south of Aledo Iona Road and 1% miles east of FM 1187 near latitude 32.6593°, longitude -97.5482° (WGS 84) in Fort Worth, Tarrant County, Texas. An associated water transmission line with an approximate length of 18,000 linear feet is also planned to include crossing of the UP railroad by trenchless techniques. The location approximate of the borings are illustrated on Plates A.1A and A.1B, 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, and develop comments on general excavation and directional boring and recommendations for the type or types of foundations suitable for the project. 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 locations and/or elevations of the structures 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 10. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in Report No. 103-21-407-1 CMJ ENGINEERING, INC. 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. 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 at the project site were explored by fourteen (14) vertical soil borings. Borings B-3, B-4, and B-5 are associated with the proposed elevated storage tank and were drilled to depths of 30 to 60 feet. Borings B-12 and B-13 were drilled to a depth of 40 feet in the area of the proposed railroad crossing for the water line. The remaining borings were drilled to a depth of 25 feet along the proposed water line alignment. Borings B-1 and B-2 are documented in CMJ Report 103-21-407. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A and A.1B. The boring logs are included on Plates A.4 through A.17 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+. Report No. 103-21-407-1 2 CMJ ENGINEERING, INC. 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 log of boring. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. 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 core 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. Ground -water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. Report No. 103-21-407-1 3 CMJ ENGINEERING, INC. 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 and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. Three triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC. The results of the triaxial tests are presented on Plates A.18 through A.23 of Appendix A. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 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 stratigraphies encountered in the borings are 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. Soils encountered in the borings consist of dark brown, brown, light brown, reddish brown, light reddish brown, and gray silty clays, shaly clays, sandy clays, sandy silty clays, and clays. The various clayey soils often contain calcareous nodules and limestone fragments and occasionally contain calcareous deposits, iron stains, iron seams, ironstone nodules, gravel, and weathered limestone seams and layers. Shale seams were noted within the shaly clays in Borings B-14, B- 15, and B-16 below depths of 9% to 14 feet. Tan weathered limestone layers with thicknesses of 2 to 3 feet were encountered within the clays in Borings B-14 and B-15 at a depth of 4 feet. Report No. 103-21-407-1 4 CMJ ENGINEERING, INC. The various clayey soils had tested Liquid Limits (LL) of 44 to 85 with Plasticity Indices (PI) of 27 to 58 and are classified as CL and CH by the USCS. The clayey soils varied from stiff hard (soil basis) in consistency with pocket penetrometer readings of 1.5 to over 4.5 tsf. Tested unit weight values were 81 to 123 pcf and a tested unconfined compressive strength ranged from 2,380 to 15,960 psf. Tan limestone containing clay seams and layers was next encountered in Borings B-3 through B-9, B-12, and B-13 at depths of 6 inches to 17 feet. The tan limestone varied from moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of to 6'% inches per 100 blows. Gray limestone often containing shale seams and layers or gray shale containing limestone seams and occasional layers is next present in all boings at depths of 7 to 22 feet below existing grade. The gray limestone and shale are moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of '/z to 53/4 inches per 100 blows. Rock quality designation (RQD) measurements of recovered core samples in Borings B-12 and B-13 range from 10 to 93 percent, with an average RDQ value of 55 percent, indicating fair to good rock quality, or generally relatively intact in -situ rock. Laboratory testing of the tan limestone and gray shale samples in Borings B-12 and B-13 in unconfined compression testing resulted in strength values varying from 32,400 to 537,984 psf, indicating moderate to high strength values (sedimentary rock basis). Borings B-3 through B-16 were terminated within the gray limestone or shale at depths of 25 to 60 feet. The Atterberg Limits tests indicate the various clays encountered at this site are moderately active to highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was not encountered during drilling in the borings. A ground -water level of 17 feet was measured at drilling completion in Boing B-3, while the remaining boreholes were dry at completion of drilling operations. Report No. 103-21-407-1 5 CMJ ENGINEERING, INC. 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 ground -water conditions will vary with fluctuations in rainfall. Perched water may occur atop or within the tan limestone or atop the gray limestone or shale during periods of heavy or extended rainfall. Fluctuations of the ground -water 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. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. 4.0 ELEVATED TANK FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground -water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately'/2 to 1 inch have been estimated for the clay soils in a dry condition. Report No. 103-21-407-1 6 CMJ ENGINEERING, INC. The expansive soil movement magnitude is anticipated in the top 1/2 to 2 feet of soils. Below the 2- foot depth, rock with only occasional clay seams will occur. Any pipeline that enters the tank area at depths of 5 feet, for example, will have limited expansive soil movement below the pipe to act as a differential between the pipe and the footing. Estimates of expansive soil movements between a pipe at a 5-foot depth is anticipated to be on the order of less than '/z inch. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. 4.3 Shallow Foundations 4.3.1 Design Criteria Reinforced concrete mat foundations may be used to support structural loads for the tank. The foundation may be founded using the following alternate criteria: Table 4.3.1-1 SPREAD/MAT FOUNDATION DESIGN CRITERIA Depth Below Ground (Ft.) Founding Material Allowable Bearing Pressure (ksf) Estimated Settlement (inches) 4 Tan Limestone 14.0 Less than 1 inch This bearing pressure assumes a factor of safety above 3. Allowable pressures for transient loads may be increased by 33 percent. Differential settlement of the foundation is anticipated to be negligible. 4.3.2 Spread/Mat Foundation Construction Spread or mat foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: Report No. 103-21407-1 7 CM] ENGINIERIVL;, INC. • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 2 inches and a lean concrete mud slab of approximately 2 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be provided around the perimeter of the tank. Water must not be allowed to pond near the tank during or after construction. If water is permitted to stand next to or below the structures, pipe trenches, and similar facilities, excessive soil movements can occur. This could result in excessive vertical Report No. 103-21-407-1 8 CMJ ENGINEERING, INC. movements and damage or distortion of the structures or other facilities. Ponding water can result in soil movements exceeding those previously given. A slope of 1.5 to 3 percent should be provided, such that the soil slopes away from the proposed structure, foundations, and excavations. 6.0 TRENCH / BORE EXCAVATIONS 6.1 Expected Subsurface Conditions According to the Dallas Sheet of the Geologic Atlas of Texas, the water transmission line will traverse through three geologic formations: Duck Creek, Kiamichi, and Goodland Formations. The Duck Creek Formation is present in the highest elevations of the site, where the proposed elevated tank is situated. Clays are typically present at the surface underlain by tan limestone. These clays often contain significant quantities of limestone fragments. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale. The underlying Kiamichi Formation is approximately 25 feet thick and is composed of weak, extremely active clays and shaly clays. Outcrops of the Kiamichi normally form narrow bands on hillsides. The underlying Goodland Formation consists of active to highly active clays overlying limestone, present in the lower site elevations. Some shale seams are present in the Goodland formation. With the geologic changes along the water line route, it should be expected that the soil thickness and depth to top of limestone or shale will vary. Rock hardness can be seen in the majority of the borings to be moderately hard to very hard (sedimentary rock basis). Conventional earth moving equipment is expected to be suitable for excavating the overburden clayey soils. Heavy duty excavation equipment will be necessary and should be expected within the limestone and shale materials, depending on rock hardness. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. 6.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays and rock, it is expected that near vertical excavation walls will be possible. In the case that excavations occur through soft clays, granular soils, non -compacted fill, or submerged Report No. 103-21-407-1 9 CMJ ENGINEERING, INC. 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. If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre -construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.3 Comments on Horizontal Bores Borings B-12 and B-13 encountered predominately limestone and shale materials below depths of 6 inches to 16 feet. Any tunnel bores extending into this limestone or shale strata will be encountering moderately hard to very hard rock, the upper portions of which can contain weathered zones or clay seams. The limestone and shale strata will likely require special tools to remove/excavate/drill through due to their hardness and abrasiveness. 6.4 Trench / Bore Pit Dewatering Ground -water conditions can vary with seasonal fluctuations in rainfall. Controlling the ground- water is essential to construction of the water line. Failure to control any encountered ground- water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement, and pipe deflections after backfilling. Ground -water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be Report No. 103-21-407-1 10 CMJ ENGINEERING, INC. necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 6.5 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1" to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 6.6 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Significant processing of the on -site limestone or shale will be required in order to utilize as backfill. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 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. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. Report No. 103-21-407-1 11 CM) ENGINEERING, INC. 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on - site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation. 6.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 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. 7.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2015 site classification is TYPE B at the proposed elevated storage tank site for seismic evaluation. 8.0 EARTHWORK 8.1 Site Preparation 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 Report No. 103-21-407-1 12 CMJ ENGINEERING, INC. pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 8.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material 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. The on -site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Excavated on -site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches is maximum dimension. As the in -situ limestone are generally hard to very hard, significant processing of the limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. 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 Report No. 103-21-407-1 13 CMJ ENGINEERING, INC. 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. If fill is to be placed on existing slopes that are steeper than five horizontal to one vertical, then the fill materials should be benched into the existing slopes in such a manner as to provide a good contact between the two materials and allow relatively horizontal lift placement. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height (ft.) Horizontal to Vertical 0-3 1:1 3 — 6 2:1 6-9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. 8.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface Report No. 103-21-407-1 14 CMJ ENGINEERING, INC. water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 8.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 8.4 Excavation Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned 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. Seasonal water seeps can occur where the tan limestones and the Kiamichi geologic interface are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. 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. Report No. 103-21-407-1 15 CMJ ENGINEERING, INC. 8.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 8.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 8.7 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 9.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these Report No. 103-21-407-1 16 CMJ ENGINEERING, INC. 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. 10.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The Togs 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 ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water 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 Report No. 103-21-407-1 17 CMJ ENGINEERING, INC. 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 Toads 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, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface Report No. 103-21-407-1 18 CM] ENGINEERING, INC. 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 Kimley-Horn and Associates, Inc. for specific application la 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 sarne or similar locality. No other warranty, expressed or Implied, is made or intended. * Report No. 103-21-407-1 19 CM] ENGINEERING, INC. OC1JENG1NEER1NG. INC. CMJ PROJECT No. 103-21-407 SOURCE GOGGLE EARTH. 2021; IMAGERY DATE: 11f15J2020 PLAN OF BORINGS WESTSIDE IV ELEVATED STORAGE TANK & WATER TRANSMISSION MAIN FORT WORTH, TEXAS PLATE A. IA FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2422 .vi u . wt weer o: sewer n sr El v one miter irenaramens on a on Approval Spec No. C'Iasssitication \lanufaclurcr Water- PI es/N'aly & Fitun• rRIv. 1 n a (.etc Valve* 33-1 _- I I./1 5 _ - \ludcl No. National Spec Size Resilient Wedg4S Gate Vet. wiw Gears Amman Flow ('mtroi Series 2500 Drawing N 94•20247 I6- 121302 Resilient Wedge (late Valve American Flow Coatrd Series 2530 and Series 2536 AWWA CSI 5 30"ad 36' 083199 Resilient Wedge <iate Valve American Flow Control Series 1520 & 2524(SD 94.20253) AWWA CSIS 20' and 24' 05'1899 Resilient Wedge Gate Valve Anwicen Flow Control Series 2516 (SD 94.202471 AWWA CSI 3 I6' 102400 EI-26 Resilient Wedge Cate Valve American Flair Cooing Sere 2500 (Ductile Iron) AWWA C5I5 4' to 12" 080504 Resilient Wedge Oats Valve American Flow Central 42- and 48- AFC 2500 AWWA C515 42' mid 48' 052391 EI-26 Reilienr Wedge Gale Valve American AVK Company Amerian AVK Resilient Seeded GV AWWA C509 4• u 12' 012402 El-26 Resilient Wedge C. Valve American AVK Company 20' and malls • E1-26 Rohe t Send (ins Valve Kamdy 4' - 12' • Et-26 Resilient Sewed Liars Veer MAN 4-- 12' • EI.26 Reeilw. Sated Gave V.l.c Mueller Co 4" - I2' 110899 Reagent Ways Ceram Valve Mueller Co Series A2361(SO 6647) AWWA C515 16' 0172303 Resilient Worse GtW Valve Mue4let Co Scrim A2360 for 1 r.24' (SO 6709) AWWA CSIS la• and emelles 051105 Resilient Wedges Gra Valve Mueller Co Mueller 30" & 36', C- SI 5 AW)VACSI 5 30'nod 36" 01.3106 Railiem Wedge Gala Valve Mueller Co. Mueikr 42" A48', C-515 AWWA C515 42' end 48' 0118,88 EI-26 Resilient Wedge Gate Valve Clow Valve Co AWWA C509 4'-11' 100494 Resilient Wedge Crle Valve Clow Valve Co. 16" RS OV (SD D-20995) AWWA C515 16" 11d1699 el-26 Resilient Wage Gale Valve Clow Valve CO Clow RW Valve (SO 1).21652) AWWA CSIS 24" and malls 11,29.04 Rnilirnt Wedge hale Valve Clow Valve Co Clow 30' & 36' C-513 AWWA C515 30• and 36" iNote 3) 11.3012 Resilient Wedge Oae Valve Clow Valve Co. Clow Valve Model 2618 AWWA CSIS 24' to 48' (Nolo 3) 0508.91 EI.26 Readiest Sated Gate Valve St9ekhvn Valves & Fittings AWWA C 509. ANSI 420-stem, ASTM A 276 Type 304 - Bolts A tea 4'. 12' • EI-26 Resilient Seated G.le Valve V.S. Pipe and Emeodry Co Skoog. 254 ...v......v...391. 074 3'1016• IQ 2n 1., 33-12.20 Resilient Sated Gam Volvo El (East lady. Ira Works) 61 i)o.Maexr Got Vane t (Bone. 08211.. Mesa Gate V.he MatcoNora 22SVR AWWAANSI CI 15An21.13 4•to16" Water - Pipes/Valves & Fittings/Rubber Seated RGtteretVlh!$3-12-21 (07110714-1 • (.I _NI Ruble, Sated flown, 3'al.c Iim:y N..: le AWWA C-904 24' • 61.30 Rubber Sated Elottv1ly Valve Muller Co AWWAC-504 24'ead smaller I:11.99 EI-30 Rubber Seated ko0o. 1y Valve Deoonli Valve Co AWWA C-504 24• and larger 06.1203 F.I-30 Valm.ttc American i)tatwily V.I. Valmuic Valve and Manufaaoing Corp. Velma nt Ammo n Ruterily Valve. AWWA C-504 Up to 84• diameter 0406.07 E1-30 Rubber Soled Butterfly Valve MAN Valve MAN Styk4500 A 1450 AWWA C-504 24" to 48" 0379,18 33 12 21 Rubles Sated llunvfy Valve (I A. Induettice (Golden Anderson) AWWA C50413utv0y Val.o AWWA C-504 30"-54' Water - Polveth lene Encasement 33-1 t-10 (0l/08/131 05.1205 E1•13 Pol3oI,31enc Fna4menl Flew) Pa:Yaging Fulton l:ntopnao AWWA C105 8 mil 1.112 051205 EI.13 Pawkier* tenement Metmam Suter PlaineslMSP) a1MAEP Ind Standard Hardware AWWA CI05 Emil LLD 05.1205 EI.13 Pd3clinic a Enamored AEP Industries &alu mg by Cowmen Bnit A Gasket A W WA C 10S I mil LLD 09.9619 33.11-1t PdyeM3lew Enos... N.vthnv oProducts :i. PE Enc4aemat kr DIP AWWA C105 Bad 1.11) Water - Sampling Station 312% 1-w ,:. ., ,.. _ we.; :' .. 020 Nca Sampling Sarum r- Automatic Flu. her 10.21,20 ALtomated Flushing System Moths- Siy1Oguatd H06.A4N.2-RRN-LI'KK4 Poru bta) H(.12-A-IN-2-PVC-0I8.LPLCt(Permanat) 0409.21 Autmuted Flushing System Kapf.rle Foundry Company Felipe 09808we 04:0921 Automated Flushing System Kuptmla Foundry Company Eclipse N97001Prruble) • From Original Standard Products List S FORT WORTH Drte I W,ICI a .rid Cl y Ipc CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 gc ❑ia-t IJ incn aian.escl enaioc zpprovea ror Inc or ins water ucparunent on a pro)ect spoons oases. 5peclal owning may oe regwreo Tor some pipes. 1pproval Spec No. Classsiftcation Manufacturer Model \o. \atiuual',pcc Sisk' Water - Combination &tr Release 33-3I-70 (01 AfR/131 • t.1-11 C'ornminm Air P.cicu,e \ al, < GA Induatriev, Inc Empire Air ce V.eeam V•:w. Maki 935 ASTM A 126 Claw B. ASTM A 240- Pau. ASTM A 107 - Ccner Bolts I" & 2" • EI41 Combination A 1/ r,..: '.,:.- Mvinpko Manufacturing Ca Crispin Air and V.aa.n V.IN, Model W I,r, 1-&2- • F.I-11 Ccenbwurian A. i 4. .• ._. _ Valvetad Prime Corp. APCO 4143C, *145C and 4147C _ 1",r&3• Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/141 -*swat 1001.47 1.1.12 Dry Bared Fir. ltydnu,t American•Darung Valve Drawing Not 90.18606, 94-I*60 AWWA C-502 033118 4-1.12 Dry Bacot Fire Hydrant American Darting Valve Slop Drawing_N6 94-16791 AWWA C-502 09,3017 F.442 Dry Band Fire Hydrant Clow Corporation Slop Unwind No. 1319895 AWWA C-302 014293 E-1.12 Dry Barn( Fire Hydrant An.rwe AVK Canny Model 1700 AWWA C-502 08:2418 F 1.12 Dry Barra Fire IlLdre nt Clow Corp:1mio, Drawing 020435, 0120436, 820506 AWWA C-502 E-1.12 Dry Bard Fire HN7an1 ITT Kenney Valve Shop Drawing N6 D10753FW AWWA C-502 09.24/87 LI.12 Dry Rand Fin Hydr.nt M&H Oahe Company Slip Mann No. 11476 AWWA C•502 111417 F1.12 Dry Bend Fin Hydrant Mueller Conant Shop Drawings N6 6461 A•423 Cannon AWWA C-502 et,13118 EI-12 Dry_Berrrl Firellgtrant Mueller Company Shop Drawing 5)4-12 A-423 Super Centurion 200 AWWA C-502 100917 FI.12 Dry Barrel Fire Hydrant U.S. Pipc & Foundry Ship Drawing No 960250 AWWA C-302 094617 14.12 Dry Band Fire Hydrant Watering Company She, Drawing No. SK740803 AWWA C-502 084216 33.12.40 Dry Barra Fire Hydrant FJ (Pan Jordan Jinn Works) Wan:ranter SC1/250 Water- Meters 0205.93 1i 1., :3c.w..t,r i Ps. Minn, An, Coo9aan) Model 1000 Dusu Caad Valve AWWA C550 4--10' 0Rn504 \(kor.et:c Dn..\'rn,..r' i,-Fee Hersey Magnax Dire Venal AWWA C70I, Clan l Water - Rlues/PVC (frenure Water) 33-31-70 (01/O8/1:, 011818 11-11-12 PVC Rsure Pipe Vinyhech PVC Pipe DR14 AWWA C900, AWWA C605, AS7'M 01784 4•42- 3'192018 111112 PVC Preside Pipe Pilsen fe Jet Stream DR14 AWWA C900 4•-12• 3/19.2018 33 11 12 PVC Pressure Pipe Pipelife k s Stream DR18 A WWA C500 16 -24- 3r252018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4•4r 3RSr2018 33 11 12 PVC Pressure Pile Diamond Phones Coronado DR I B AV/WA C900 16"-24• 12/6/2019 37 11 12 PVC Pressure Pipe 1-M Meader:torn% Co. In NPbs l E.gk DR 14 AWWA C900.16 �• 1215 ANSLNSF 61 FM 1612 4••28' 12/6/ 011 33 11 12 PVC Proem Pipe 344 Ma.uac0o5ng Co, Inc eba AlEagle DR 18 AWSVA C900.16 UL 1285 ANSIMSF 61 FM 1612 16'•N• 947019 31 11 12 PVC Pressure Pips Undagrousd Saution, Inc DRI4 Foible PVC AWWA C9013 4' - r 9:62019 33 1112 PVC Pressure Pipe NAP03(WeltYBe) DRIB AWWA C900 16' • 24' 9%62019 3) 11 12 PVC Prune Pipe MAPCO(Ww11eke) 018I4 A W WA 0301 4"- 12" 9102019 33 11 12 PVC Pressure Pipe Srwdevarm Pipe (:ap DRM AWWA C900 4'- I2- Water-Floes/Wits tiesitdne!(DDcttteIron Fittinei31-11-11(0t/08Ii3j `- As-4144w 7,.1 -_". ".--; •2,t 07:39: 1.: 0: ()vain Iron Finings ]tar Poe i4adma, Inc. Merl , C3i _km Fia:np AWWA CI53& CI10 • EIOr Ductile Lon Fdu.D Griffin Pipe Po96ess, C6 Mechanical Joint Fining. AWWA C 110 • E1-07 Man Iran Pinion Me W sne/f Her Ppe Union Winn Dwidm Meanuiut Joint Protean, SSB Clan 350 AWWA C 153,C 110, C III 011 198 E I-07 ()ride Invn Fianna Sigma, Co. Mechanical bin Finings. SSB Clan 331 AWWA C I53, C 110. C 112 022614 E1-07 MJ Finiage Aeeoeest Clan 350C-153MJ Fining AWWA C153 4•42• 051498 El-07 Ductik Iron Joint Ranging, Ford Meer Box Co Uni-Flange Uni-Fl.sge Series 1400 A W WA C I I I.0 153 4' to 36' 05,1498 EI-24 PVC bier Restraints Ford Meter Box Co:Uni-Flange LJne•1'knge Sete 1500 Circle -Lod AWWA CIII.C153 4•to24- 1109,04 E1-07 Duedk Iron Joint RatramH One WA. Inc. One Boit Remained Joni Fatting AWWACII I.CII&C153 4" to 12• 0229'12 33.11.11 Deaik Inn Pipe Mechanical Joint Restraint EBAA Inn, Inc Mepbg Series 1100 (6r DI Pipe) A W WA C I I LC I I6C153 4-to 42- 02129'12 33.11.11 PVC Pipe Mesbaniral Joint Re, -aim EBAA hon. Inc. M4pb*g Series 2000(ior PVC Pipe) AWWACII I:CI 16C153 4'to 24• 08'0504 E1-07 MsJunial Jane Renner Channg/VC) Sent Co. Sign• One-ae SLC4-SI.CIO AWWACIII'CISJ 4•to10• 0306,19 33.11.11 Mohamed Joint Renner Gl..d•7'VC) Sian Co. AOne Oncl.9a SLC54 • SLCSI2 A W WA C I I I'CI53 4. 0 12• 0805.04 CI-07 Mechmid Joss Retain.'GYna.JPVC) Sian Co. Sigma(ke-Lo4 SLOE AWWA CH ItC153 12• to24• 081098 EI-07 MJF5ttiela(DIP) Sigma, Co. Sigma Oaelnk SIDE AWWAC153 4•-24" 1012110 E1.24 beerier Remained Jam System $ & B Tool ncial Products Bu1Wug System ( Diamond Lok 21 & JM ASTM F-I624 4" 012• 011606 EI-07 Ma:basin. Joint Pining* SIP Indmnie(Serempore) Mechanical Joint Fitting AWWA C153 4•ro 24' 11337.16 33-11.11 Mechanical Dent Reamer Glands Stu Pipe Products, Inc. PVC Surgnp Series 4030 ASTM A536 AWWA CI I I 11507:16 33.11-11 Mechanic& Joint Retain,/ 0lars Stu Pipe Products. Ir. DIP Snip Sala 3000 ASTM A536 AWWA CI 11 03119/18 33.11.11 Mechanical Joint Retainer Glands SIP InduatriedSerensperel F' Odp Joel Restraint rain (FZD) Bid For IMP ASTM A536 AWWA CI 11 3•4r OLI9/15 33.11-11 Mahaniralldnt Retainer Glade SIP Md.ssr5aa[Seasapoee) F2 goat Rabfialt(�)ReaO for C900 01414 PVC Pipe ASTM A536 AWWA C111 4•-Ir 03/19/18 33-I1.11 Manned Jan Racine Gann SIP hsdanie(Spfspae) EZ Grip Joint Restraint (52B) Red for C'900 DR18 PVC Pape- ASTM A$36 AWWA WA CI II I6"•24' • From Original Stamford Producs Ikt 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 83/29/2022 NEC All water Approval or sewer .i.e tar • er man I Sincn (Harnecersnai De a. •roveo ror 'pcc \o. ('his siliritinH Sewer- likes(PyC* 33-31-20 (7/1/13), Lse nv the Water in .lrtmenl on n Nlanufacturcr -7ro ea < (l it stores ' ne: r11 ne.letin7 \lodcl No. may ne re tP ren'or come t National Spec e< Site • 33.31.20 PVC Sewn Pipe 1-M Mama -among Co., Inc. OM Engle) SDR•26 A.SI M I) 3034 12,23.97• 33-31.20 PVC Sewn Pirm Diamond Pl.elin Corporation SDR-26 ASTM D 3034 4• rhos 15' • 33-31-20 PVC Sewer Pipe Damson Vybn Pipe ASTM F 789 4' Ihra 15- 01'18/18 33.31.20 PVC Sewer Pipe Vinyllec► PVC Pipe Gravity Sewer ASTM 03034 4" Ihru 15' 11,1 I/96 33-31-20 PVC Sewer Pipe 17umae.d Plasm Corporation S" Gravity Serer Pipe ASTM F 679 18. l0 27" • 33-31-20 PVC Sawa Pipe 1M ManufanuriniCo, Inc (JM eagle) SUR 26/35 PS 115/46 ASTM F 679 18' • 28" 0911,12 33-31-20 PVC Sews Pipe Pipak Mt Stream SOR-26 and SOR-33 ASTM F-679 1 r 050605 33-31-21 PVC Solid Wall Pipe Diamond Plastics Co. nor, SDR 2615 ►S I I5/46 ASTM F679 11- eo err 0427Pd 33-31.20 PVC Sever Finings liar. SDR-26 and 5D0-35 Ostat Fm ones ASTM 63034, DI784, etc 4•-IS. • 13.31.20 PVC Scwt hemp Maack Trade, I...(waea) Combated PVC Sew Man Faints ASTM 0 3014 1'147018 33 31 20 PVC Seem ape Pipelia 1a FA.... SDR 35 ASTM F679 18, 24' 3119.2011 33 31 20 PVC Sewer Pipe Pipehfe la Stream SDR 26 ASTM D3034 4-- 12. 129:'2019 33 31 20 Caglwd Fistnp(PVC) GPK Products. Inc. SDR 26 ASTM 03034/F-679 4"• 15' 10212010 33 31 20 PVC Sewer Ppe NAPCU(Wntlake) SUR26 ASTM D3034 4--15- 10 72020 33 31 20 PVC Saw Pipe Sanderan Pipe Cop. SUR 26 ASTM D3034 4'- 15. 1021 /2020 33 31 20 PVC Sew P.po NAI"C0(Wallake) SDR 26,35 PS 114'46 ASTM F-679 I8"- 36. rgoiYeli► 994t42(0111ffn31 - . • Cured in PI•w Pipe losisufarm Tuark, Inc ASTM F 1216 05.0199 Curd is Places Pipe Naltaul Bnnirotah Droop National Lino (SPL) Item (27 ASIM F•12I6D•5813 05.20% Cured in Pima Piper Reynolds Mc/lniina Toc8nolgy (Inlina USA) Winer Technology ASTM F 1216 13131i3er-P.ioidlhlRBldFoe.e • • Fold bled Fans Pipe Cullum Pipe Swans, Inc 110198 Fold out Fora Pipe irriokrm Tacanolov.. Inc :nllufaet.'HaPipa' ASTM F-1504 Folda 4 Fen hpe American 'Nye t Plass.a, Inc DarO. Pupae Only 12.0400 Fold sad Form Pipe Ultrnlea Ukrtina PVC Alloy hDdinae ASTM F-1504. 1871. 1862 06.09113 sad roan Pipe Miller Pipe:ine Cap. EX Mailed ASTM F.1504. F•1947 Up to lr diameter ��rr����yy�aFookl ��ar���....{a���� i-Pines Ones Preftl i ta.2'Le' Dian _ .. 09.2691 El062 PVC Saw Pipe, Ribbed Lamaan Vylon Pipe Carlon Vykn ILC. C1ood Profile Pips, ASTM F 679 Ir toir 092691 E1062 PVC Spiv Pips, Ribbed Emotion Tednoletin, Inc. Ultn•Rib Open ProiIe Sewer Pipe ASTM F 679 Ir to 48• E1062 I'VC Sew P. Rt61wd Utassa ETI Company 11/10'10 (E1062) Polypropylene (PP) Sew Pipe. Double Wall Advocaat Drainage Syweots4ADS) SaniTite 11P DiwNa Wall (Cuntgetedl ASTM F 2736 24"-30' 11,1010 (E1062) POlyyropykne (PP) Sew hpe Triple Wail Advanced Drainage Syneans (ADS) SeniTne HP Triple Wall Pipe ASTM F 2764 30" to 60" 03,1611 Steel Reinforced Polyethylene Pipe CorTech Conn Pion Products Dunne. ASTM F 2562 24.. 72" Waterer.- Itonislonmosi934210 (07IO1/133 a 011E18 33-12.10 Double Strap Saddle Roma 20274S Nylon Cord AWWA 0100 1•-2• SVC, no to 24"Pipe 082802 Double Scrap Sa4Ak Smith Blair 0317 Nylon Coma Double Slop Saddle 072312 33.12.10 Doable Seep Senioe Stalk Mueller Canpany DR2S Double (SS) Strap DI Saddle AWWA C100 I'-r SVC, ten .24. Pipe 102787 Carb SaeprBall Mow V6v.. McOondd 6100M,610M4T & 6IOMT 3,4" and 1' 102787 Cab Srepr8a0 Mae Valve. McDonald 4603H, 46048, 610014, 6I00TM and 6101M I n" and 2" 5232018 33.12-10 Curb Stops -Ball Meer Valves Fad Maw Bon Co., Inc F8600-7NL- FB16O67-NL, 1\'23-777• W-NL 122.77NL AWWA C800 2' 5r252018 33.12-10 Cab Siam -tall Mat Valves Pord Maw Box Cu, Ins. F136006441. F816006Nt- F-V23666•W- NL, L2266141. AWWA 0300 1.12' 3'25/2018 33-12-10 Curb Stopr1W Maw Valves Ford Mon Box Co., Inc. FD600.4•NL FB1600.4NL OI1-444•WR• NL B22444•WR441, L28-4NL AWWA C800 I- 525r201S 33-12-10 Curb Skpa4kll Mat Valves Mueller Co, Ltd B-25000N, B-24217N-3, 0-20200N-3,1i- I5000N„ 14155214, H142276N AWWA C80O, ANSF 61, ANSLNSF 372 2' 125 2018 33.12-10 Curb Sttp4H3411 Meer Valves Mudge Co, Ltd. I3.23000N, 620200N•3. 124277N-3,H- I5000N, 11-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 3 T2 525.2016 33.1240 Curb Slopr041 Mat Vasa Mueller Ca, Ltd 8-25000N. B-20200t4.33415000N, H- 15530N AWWA C600, ANSF 61. ANSLNSF 372 I' 01,2600 C..lad Teepee Saddle with 0aahk SS Straps 1CM ladumies, Inc. a406 Doable Band SS S•ddla 1--r Tap an b to 12" 0 5 71 .17 11.17.74 Tapping gorse (Coated Steel) 10.1 Indurria, Ina. 412 Tapping Skew ISS AWWA 0223 Up to 30' w12" Out 0324 22 33.12-25 Tapping Sa-se (Coated a S&.nlcss Stall) 1CM Ina4W It, In 415 Ta5pn1 SI0oW AWWA 0223 Canasta Pipe Only 051611 I apllnit Sire (Stainless Seel) Pnuvrv4 3490AS (Flange) & 1430MI 4"-6.sod 16- 02P9,12 33.12.25 Tapping Slam (Cared Steer+) Roane FTS 420 AWWA G223 U p to 4r mM" Out 0229/12 33-12-25 Tapping Sleeve (Song.. Stall) Rwnse SST stainless Steel AWWA C-223 Up k24"ve12"O.d 0229:12 33.12.25 t appn8 Sleeve (Stainless Sled) Roma SST 111 Scainlan Sled AWWA C•223 Up to 30. w/ I2• Out 05, 10'11 ,Joint Repair Comp Pnwe EI 3212 Bell Joint Repair Clamp 4'to 30' Plastic Maw Boa wiCan.poaite Lid OFW PIatdn Inc DFWJ1C-12•1 EPAF FIW Plastic Alder 1ba w/Compositc Lid (NW Plaaip Inc. DFW39C-12.1 F.PAF FT'IV 0833006 Plassie Meta Boa w/Cmpxite lid DEW Plastics Inc. U# W65C. I4-1 FPAF FTV Clm 'A' Concrete Mery See Bus & Hays CM11.37.812 11181104 Cowrie Mora Bat Bass & Hays CMS -I$ -Owl 1416 1.10-9 teaatev Meta 97a gar & Flays CA11165-063 1527 I.11)-9 ...BA&elk mod Gaskets 33-11as(oVoan3) •. • From Original Standard Products list 3 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03f29/2022 Note: All water or sewer pipe larger than IS inch diameter shall be approved for use by the Water Department on a protect specific basis. Special bedding may be reyu l ed fur some pipes. Approval Spec No. C'lass3ification \ Ian utacturvr \Iodel No. \: 1ional Spec Si,e J • Water d Sewel' - Manbole Inserts - Fleld Operations UZe Only (Rev 2/3/16' 33 03 13 Manhole hoot Knutson Kn... Mede to Order - Plastic ASTM D 1248 Foe 24' dig. • 33 OS 1) Manhole Inuit South Western Packaging Made to Order - Plastic ASTM D 1248 Foe 24' dig. • 33 05 13 Manhole Ins, Noflow-Inflow glade to Order - Plastic ASTM D 1246 For 24• dia. 092396 33 05 13 Manhok Ins. Soushwatern Padingd Seals, Inc t tkSever - SuinIoo Steel For 24• dig 09.23.96 3105 13 Monboie Insert Southwestern Packing L. Sees Inc tether -I. • Stainless Suer Far 24• du Water & Sewer - Pipe Cnsone Spacers 33-05-24 (07/01/131 . I I44.O2 Sied Ban4 Casing Spa:<n Advanced Praducs and Systrns. tee .iron Sod Spec.. Model 5t 034193 Sunni., Suet Comp Spew Advanced Products and Systems. I. <•a:nless Ssd Spada, Model SSI 042212 Casing Spoors Cascade Watarvb Manctaai,mrp Casing Spans 0914.10 Ssinless Sled CMag Specs Pipdsne Seal sad msu4:or Sain Ieas hid Cung Spec. Up to M- 0911410 Caned Sled Caen Spann Pipeine Seal and Insult. Cooed Sorel Casio Spacers Up to 4g' OA ai I 1 Stainless Steel Casing Spacer Powenal 4810 Powaebock Up to M. 03119+18 Casing Spacer BWM SS.I2 Casing Spacer(SM,nless Steel) 53 le i S Caning Spe errs BW M F&12 Casing Spada (Coated Carbon Steel) fa NonJireiwre Pre any (ironed Caning n32•.2: 331211 Casing SMOCra CCI Pipeline Systems CSC I2, CSS12 Water & Sewer- Pipes/Dactlle iron 33-11-10(1/8/13l • 33 11 10 Oaesk Imo Pipe Griffin Pipe Ptaleelaa CO Super MU. rue Ductile IranW Posture Pipe, AWAClap,C151 thiu 3'24- 0424•1$ 33 11 10 Dank bad Pipe Anglian Oeaik Iron Pipe Co. Americo, Funs Pipe (Bell S4301) AWWA CISO, CI SI a• thru 30' 0824•18 331I10 Demo hoes Pipe Agri. Daaile ter Pip Oa Americo Flit Rmg(Resoadied knot) AWWA C ISO C151 4- von 30- • 331110 Dacek Into Pipe USd . Roomed Fady CoCn AWACCISI ISO • 331110 Desk hen Pipe MCWaae Cast has Pipe Co AWWA C130, CISI Water & Sewer - Utility Line Marker (08/24/20181 • Sewer - CoatlnV/Ennw 33-39-60 (01 /08/131 02 2502 Epoxy Lining Systor. Sauereisen, Inc ScweGard 2IORS LA Cowry a210.1.)3 12. 14.01 L7o7y Lining Syx. Ent. Technical. Castings Env. 2030 and 2100 Series 04(14732 Interior Ductile Iron Pipe Coating Indus. Frowns 401 ASTM B•117 Ductile Iran Pipe Only 01;31'06 Coatings for Carona. Protectapn Chesterton Are 791, SIHB, SI, S2 A:id RoiWnce fast Sewer Applications i2612006 Coating, for Coerodon Pnrcettot Warren Environmental S-301 and M-301 Sender Application Sewer - Coati n(mfPolvuretha ere Sewer - Comb( ation Air Valves tt ,. A.. Rc:.--;. t,•,r A R SA Inc 17025LTP02tcargaile Bo:, • _ Stswer- Pfoea/C,erereic • EI.O4 Cone Yip. heir 4rced W'e'I Cuncr Ie Pipe Co. Inc. ASTM C 76 • F.1.01 Ctrs.. Pipe, Reinforced Hydro Conduit Corporation Class III T@G SPL Ilan e77 ATM C 76 • El-04 Conc. Pipe, Reinforced Denson Cooae Prducts eel " "i` " " „•,• '1 ASTM C 76 • RI.04 Conc. Pipe, Reinforced Concrete Pipe .1 Podrees Co. Inc. ASTM C )6 Sewer- Pipe En1arnmentSystem (Metllod)33-31-23 (01 1 !1; PIN, Swell PIM Congraticn Polvelhyl00 PIM Corp Ponta Way N. 1. Approved Pm'iously McConnen Slr:crns Mdm Conduct. Polyethylene Houma. Texas Appro.] Pre n of 1 N\ Swami T'renchkss Replacaaert Syssem Polyethylene _ C sigwy. Cana. Apermd Prewutly 1$ewer - Pine/Fiber2Jass Reinforced Pipe 33.31-13(1/8/1;1 7.2197 33 )1 13 Co- (an Fiberltaas (FRP) Heir Pipe /SA. Inc. I lobo Pee (Nen.Preasre) ASTM 03262 D3754 012220 33 31 11 Fitwg:ass Pipe (FRP) Arseroo Bondsavd RPMP Pipe ASTM D326:03734 040921 GWa-Fibs Rensfaead Polymc peps (FRP) Tlanpm Pip Group Thampun Pipe (Elamite) ASTM 133263/D3734 41485 Pohmer Modified Cade Pipe Amsted USA Meyer Pentode Pipe ASTM C33. A276JF477 e- to 102". Cuss V 0610910 E1-9 Rainforest Palmer Conmae Pipe _ US Comprene Pipe Ran forced PoI 3nee Camerae Pipe ASTM C.76 ;Sewer - Pioe /HDPE 33-31-23(1/8/131 • Ihghdenaay polyethylene pipe Phillips ()rismp,pe, Inc. ()plicate Duarte Pal elhylom Pine AS rM D 1248 6,. • I(igh-dmsitypdyvihylene Pipe Plena Inc ASTM D 1246 6" • Ilighdo omy polyethylene pipe Polly Pipe, Inc ASTM D 124i 8• Inge -density pdyerhltene pipe ['SR Hydro Conduit Pipeline Systems McConnell pipe Enlargement ASTM D I2A6 _ Sewer- VCIPreusare Sewer) 33-11-1 Z (4/1/131 I L02211 33.11.17 DR. 1a P\C PT [SUM Pipe Ppelik Joen PVC Prover Np AOWA C9(f0 4'rh.rL 12- 10,72/14 33.11.12 08-14 PVC Ramon Pip P.,yal Bui 'fling Prod.. aopl Sod PVC Pease Pipe A W' W'A C9011 a' thou 12' • From Original Standard Products Ust FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer piuc larger than 15 inch diameter shalt be approved for use by the Water Department on a protect specific basis. Special beddInR may be regwred for some 01 Updated: 03/29/2022 Approval Spec No. Cla5SsHica t ion Manufacturer \liidcl \o. \a tin11al Slit Si,C _Water 0 / 53 9 7 & Sewer -Manholes & Bases/Components 33-39-10 (Rev1/3/14) 33 05 17 Grahame Hyrop : he W'a:cs:op Amh. Kelm. K. K. Adder Ulem-Seal P•2201 ASTM D224DD1I LD792 04,2600 33 05 13 Offset Joint for 4' Dim MH Slags" (AMMO ►rade= Brame Na 35-0048.01 042600 33 05 13 Profile Gasket for 4' Diem. MH. Press-Ssal Crake Corp 250-4G Gerdes ARM C•443/C•361 SS MH I -2699 33 05 13 HDPE Manhole Adjustment Rings Induct, Inc HOPE Adjmrmee Rine Tragic end Nun -name arta ., 13.05 33 05 13 Manhole Emernal Wrap Camas • CPS Wrapi6Sui Manhok (news:1Mo, Symms WRter & Sewer - Manholes & I3asesfFlberelass 33-39-13 1(/I1/13) 126''49 333913 -.Ix:r.�,. \^.,rl„. Flmd Containment. Inc is,At, c Ns v;•,:, rssn•aalae area 0Y'1606 333911 -hr. '., :<vn-I,-- 1 / Manaacnw.eg n.n•mtRt aim Water & .'ewer - Manholes & Bs Frame vet v 2/3/1 • 33 05 13 Manhoe Frans and Covers Western Iron Wales, Hass & Hap FoundN 1001 74'x40• wo Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 213/161 •. • li 05 13 \la,,b. c Frames and Casio Western Iron Works, Hot & Hays iounary 3002a 24• t%a • 33 05 13 Manhole Frames and Coves McKinley lion Works Inc A 24 AM 34"Da 08/24r18 33 05 13 Manhole Frames and Coves Newels F0 mdty R-1272 ASTM A48 & AASHTO M306 14 Da 08241E 310513 Manhole trades and Canes Nesmith Foundry R- 165•LM (Hinged/ ASTM 448 & AAS11111 Mi P, 74. I):r 08/24111 3306 13 Maahcle Prams and Coven Neenah Foundry NF 1274 ASTM A48 & AASI(TO MS 0 30" Du 0824,18 33 05 13 Maahele Frames and Co,e Neenah Foundry R-I143.1.M (Hinged) ASTM M8 & AASII I0 M 300 JO' du. 33 05 13 Man nee Frames awl Covers Sian Corporation MH•144N 33 OS 13 Manhoe Frames and Cows Sigma Corpsmen., MH-143N 33 05 13 Manhoe Frame and Covets Pont•A-Maaaon OTSSTD :4" do 330513 Manhoe Frames sad Coves Neenah Cantina 24" dia. 1031/06 33 05 13 Manhe4 Frame and Caere (Ihn;al Powerseal Hinged 0,wile iron Manhole AS TMA536 :4"Dia. 7/25.03 3303 13 Manhoe Freeman.Covcs Sams-(ioba,n Reclines (Panne..:,..:.,: RE32-R8FS 3, Dia, 01A1A0 330513 30' Dia MH Rini and Cows F4,lJ.rme Inn W,rk. V1432-1 and V1483 Desiens AASHT(l MI06.04 10. flit I102f10 330513 30' Dia Mll Remand Coves Squna Cn3aaria, MH1651FWH&MHI6502 30" Do 07/19/11 33 05 13 30' Ds. MH Remand Cover Star Pipe Products MH32FTWSS.DC 30"Dia 08/10/11 33 05 13 30' Dia. MH Rine and Cow Acza-asr 220700 Heave Diary wish Gasket Ring 30" Du 10/1413 3303 13 30" Dia Mil Ring and Cover (Hmgel & Lockets.) Fa0 Arden boa Warts 30' EROO XL Aaaebly oath Cam Lock MPIC'f•C3uket ASSFfTOMI05 & ASTM A536 113" no 0691/17 34 OS 13 30' Dia MH Ring and Cover (linseed & I xkab:e) CI SIP Industries 27280132' 1 ASTM A 48 ho mier 09.16/19 330513 30" Din MH Ring and COW Conposee Aeess Rea ns (- P CAP-ONE-30.FTw. C ,p oat. aW lock 1.o Wag 30. Da 10.07/21 34 05 13 30"Dia MH Ringand Cover 32'1301 Frame gad Cana NY Dia Water & Sewer -Manholes & Bases/Frames & Covers/Water Tteht Pressure Tight 3. -013 (Rev 2/3/161 • 33 05 13 Manhole Frames and Coven Pons.A-Mr.,....: Pamtitst 24'13:a • 33 05 13 Menne!. Frames and Coven Names Cannot 24' 1b• • 33 05 13 Manhok Frames and Cons W0Inn Iron Wake,Hss & Hays Fotudty 300.24P 24• Da • 33 05 13 Manhole Frames and Comas McKinley Iron Works Inc. WPA24AM 24.1), 03118'00 13 05 13 Manhole Frames and Covers Accuual RC-2100 ASTM A48 14- Ua 042601 33 05 13 Manhole Frames and Covers (SIP)Seampore Indoenes Private Ltd 300-24.23.75 Ring and Cesar ASTM A 48 24' Du Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/0(131 • 32 35 10 Manhole, Precast Cm<recc HSvo Conduit Corp SPL item #49 ASTM C ens 48' • 333910 Manhole, Precast Conerne Wall Concrete Pipe Co. Inc. ASTM C-443 48• 09e73.96 33 3910 Manhole, Proem Concrete Conaee Product Inc. 48" I.D. Manhole w 32' Cone ASl M C 418 48' w.32' Mae 0608/11 33 39 10 Manhole, Precast CoaTee 71te Turner Company 48', 60• I.D. Manhole w.' 32" Cone ASTM C 478 48", 647 1027436 33 3910 Manhole Precast Concrete Oldeado Precast Inc. 48" I.D. Manhok w' 24' Con ASTM C 478 48' Dien w 24' Rift 0609/10 33 39 10 Manhole, Proust (Rdnkreed Poisma)Cmaate US Composite Pipe Reinforced Polymer COnaee ASTM C-76 48' to 72' 090639 33 39 20 Maahole, Precast Cwtaa/ Fraseera Pipe and Pram 60' & 72' I.D. Manhole w/32' Conc 1ST M C- 76 60" & 72• 1607/11 3239 20 Maanda Recast Conan Parterre Pipe and heap 48" I.D. Manhole wO2" Cone ASTM C.77 M. 1007f11 33 39 20 Maohae, Precut (Ron kneed PoMate) Casaee Armn xk 48• & 60' I.D. Manhole w/32• Cone 48' & 60' 1007.01 33 3920 Manhole. Prone (Hybrid) Palmer & PVC had/ %mem 48" & 60' I.D. Manhole wf32' Cone 41" & 60' Non Tragic Arms Water & Sewer- Manholes & }lases/Rehab Systems/Ce cue nations • E1-14 Marho< Rauh Sysems ,_ te. 0423.01 Et-i4 Manhds Rehab Systems S.a-C.c u Cams,. Materials, Mt Reimer MSP EI.14 Manhole Rehab Systems AP Ai Pmmaksm 4/2001 EI.14 Manhole Rehab Swarm S,.nv V.v.-pm, s.....SoL M82A RdabSYno , 3/I1/03 1 1.10 Manhole RelobSystan (Lines l I o1,-:n6i45 t «ho-3'..apn MH repair p 04/o to de infiltra i, ASTM D5813 08r3006 Central Csneree Reai, I.�Krete lets:,nao`,a Vial P.C. ever Rep, -Product Mist the Water & Sewer - Manholes & Bases/Rehah Systcros/NonCente ntitiOWW 032096 EI-14 Manhpi< Rehab Systems Syrayroo, Spray W'.L Pdyveshne Cosn3g AStM(1039 D790 • EI-14 Manhole Rehab Syaems Sun Car 12/14.01 Coatingfa Conosino pnaontim(hxteria) ERTFCN Series 20230 and 2100 (Awhane Erals ] For (atarke Coating of (mama Snaeurea Only 01.11/06 Coming for Corrosion Protection Chevt<non Arc 791, SIH8. SI, 52 And Romance Tat Sever Appinanons 8/28/2006 (:stings for Commion Prdeelion Warren EnaMen:enal S-301 and 1A•301 Serer Appli. . I, 03/30/06 Coatings for Cmroaion Protection Citadel SLS-30 Sends EpQooaay Serer Apolliationa 03/19:18 33 05 16, 33 39 10, 33 39 20 Coating for ConetionpnoleetimeheKriy)r 'Sherwin Williams RR&C DanoppronSne Novi timed Spny Grade (AsphaneEmulnon) For Eunice Coarng of em.:rec Seucaaeanly • From Original Standard Products cast 1 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 Mr. Kyle L. Weldon, P.E. Page 3 May 17, 2022 bcc: TCEQ Central Records PWS File 2200012 (P-03182022-133/ City of Fort Worth) TCEQ Region No. 4 Office - Dallas/Fort Worth TCEQ PWSINVEN, MC-15 5 Mr. Kyle L. Weldon, P.E. Page 2 May 17, 2022 writing, as to its completion and attest to the fact that the completed work is substantially in accordance with the plans and change orders on file with the commission as required in 30 TAC §290.39(h)(3). Please refer to the Plan Review Team's Log No. P-03182022-133 in all correspondence for this project. Please complete a copy of the most current Public Water System Plan Review Submittal form for any future submittals to TCEQ. Every blank on the form must be completed to minimize any delays in the review of your project, The docunment is available on TCEQ's website at the address shown below. You can also download the most current plan submittal checklists and forms from the same address. https://www.tceq.texas.go v/drinkingw at er/udpub s .html For future reference, you can review part of the Plan Review Team's database to see if we have received your project. This is available on TCEQ's website at the following address: https://www.tceq.texas.gov/drinkingwateriplanrev.html/#status You can download the latest revision of 30 TAC Chapter 290 - Rules and Restulasions for Public Water Systems from this site. If you have any questions concerning this letter or need further assistance, please contact Mr. Craig Stowell at (512) 239-4633 or by email at Craig.Stowell@Tceq.Texas.Gov or by correspondence at the following address: Plan Review Team, MC-159 Texas Commission on Environmental Quality P.O. Box 13087 Austin, Texas 78711-3087 Sincerel Craig A. Stowell, P.E. Plan Review Team Plan and Technical Review Section Water Supply Division Texas Commission on Environmental Quality Vera Poe, P.E., Team Leader Plan Review Team Plan and Technical Review Section Water Supply Division Texas Commission on Environmental Quality VP/CAS/av cc: City of Fort Worth, Attn: The Honorable Mattie Parker, Mayor, 200 Texas St, Fort Worth, TX 76102-6314 Jon Niermann, Chairman Emily Lindley, Commissioner Bobby janecka, Commissioner Toby Baker, Executive Director PWS_2200012_CO_20220517_Plan Ltr TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and Preventing Pollution May 17, 2022 Mr. Kyle L. Weldon, P.E. Kimley Horn and Associates, Inc. 801 Cherry Street, Suite 1300, Unit 11 Fort Worth, TX 76102 Re: City of Fort Worth - Public Water System ID No. 2200012 Proposed Westside IV 1.5 MG Elevated Storage Tank Engineer Contact Telephone: (817) 335-6511 Plan Review Log No. P-03182022-133 Tarrant County, Texas CN600128862; RN101424687 Dear Mr. Weldon: On March 18, 2022, the Texas Commission on Environmental Quality (TCEO) received planning material with your letter dated March 18, 2022 for the proposed Westside IV 1.5 MG Elevated Storage Tank. Based on our review of the information submitted, the project generally meets the minimum requirements of Title 30 Texas Administrative Code (TAC) Chapter 290 - Rules and Regulations for Public Water Systems and is conditionally approved for construction if the project plans and specifications meet the following requirement(s): The sequencing and scheduling of the proposed project must maintain adequate water quality and pressure for the water system. The submittal consisted of a TCEQ Submittal Form, cover letter, 37 sheets of engineering drawings and technical specifications. The approved project consists of: • One (1) 1.5-million-gallon American Water Works Association D107 Composite Elevated Storage Tank; • One (1) PAX PWM400 tank mixer; • Associated yard piping, valves, fittings, and appurtenances; and • Intruder resistant fence and all-weather concrete access driveway. This approval is for the construction of the above listed items only. Any wastewater components contained in this design were not considered. The authorization provided in this letter does not relieve a Public Water System from the need to comply with other applicable state and federal regulations. The City of Fort Worth public water supply system provides water treatment. The project is located approximately 1.5 miles south of Aledo Iona Road and 1.3 miles east of FM 1187 near latitude 32.6593°, longitude-97.5482' (WGS 84) in Fort Worth, in Tarrant County, Texas. An appointed engineer must notify the TCEQ's Region 4 Office in Dallas/Fort Worth at (817) 588-5800 when construction will start. Please keep in mind that upon completion of the water works project, the engineer or owner will notify the commission's Water Supply Division, in P.O. Box 13087 • Austin, Texas 78711-3087 • 512-239-1000 • tcea.tcxas.eov How is our customer service? tceq.texas.gov/customersurvey printed on recycled paper Please feel free to call our office is you have any questions. Sincerely, James Krueger, AIA, RAS #372 Partner, K+K Associates, LLP Cc: File K+K Associates, LLP 3901 Arlington Highlands Blvd., Suite 200, Arlington, Texas 76018 (817)781.3044 TAS Compliance Services www.kpluskassociates.com email: jkrueger@kpluskaasociates.com March 15, 2022 Kimley-Horn Mr. Kyle Welden 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Re: Fort Worth Elevated Storage Tank Project Westside IV Part I location, City Project No. 103292 Dear Mr. Welden: K+K Associates, LLP, provides Texas Accessibility Standards (TAS) Plan Reviews and Inspections, for Kimley Horn Associates, on projects that are not exempt from the Texas Department of Licensing and Regulation (TDLR) standards, or have a construction value exceeding $50,000. It is our understanding that the referenced facilities are non -occupied elevated water storage tank spaces that are maintained or monitored by service personnel only, and, as a result, will not be required to be registered with the Texas Department of Licensing and Regulation, as well as being exempt from TDLR Plan Review or Inspection. It appears, from the drawings provided to us, dated September 2020, that there are no spaces or amenities being provided that are not exempt from TAS. The Texas Accessibility Standards Section 203 General Exceptions 203.5 Machinery Spaces, states: "Spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment shall not be required to comply with these requirements or to be on an accessible route. Machinery spaces include, but are not limited to, elevator pits or elevator penthouses; mechanical, electrical or communications equipment rooms; piping or equipment catwalks; water or sewage pump rooms and stations; electric substations and transformer vaults; and highway and tunnel utility facilities." This quotation is the basis of our opinion for this exemption. The review of the construction documents by the Registered Accessibility Specialist, is based on a best efforts endeavor following instruction and certification by the Texas Department of Licensing and Regulation. This review in no way warrants complete compliance to the Texas Accessibility Standards. By acceptance of this report it is agreed to hold harmless and indemnify K+K Associates, LLP and its partners, against any liability arising from the performance of this report. K+K Associates, LLP 3901 Arlington Highlands Blvd., Suite 200, Arlington, Teras 76018 (817)781-3044 TAS Compliance Services www.kpluskassociates.com email: jkrueger@kpluskassociates.com THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 GC-6.09 Permits and Utilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 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 $ 17.19 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised duly 1, 2011 WESTSEDEIV— 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 GC-6.07 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 Joint Venture Pane 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printcd Namc of Owner Printed Name of Owner Signature of Owner Signature of Owner Title 1 !tle Date late State of On this Notarization County of day of , 20 , before me appeared and 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 (seat) Office of Business Diversity Email: mwbeoffrce@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Office of Business Diversity will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Office of Business Diversity immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/15/19 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "N/A"if not applicable. Joint Venture Page 1 of 3 Name of City project: A joint venture form must be completed on each project RFPBid/Project Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (lf applicable) Telephone: Facsimile: E-mail Cellular: Identify the firms that comprise the joint venture: P/ease attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe -the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 5/15/19 ATTACHMENT IC Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? ❑ Yes n N• o 10.) Was the contact information on any of the listings not valid? (If yes, attach all copies of quotations.) (If yes, attach the information that was not valid in order for the Office of Business Diversity to address nY• es the corrections needed.) n N• o 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, 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 MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. 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 shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 5/15/19 ATTACHMENT IC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing n No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at (east ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? nYes ❑ No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? nYes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) ❑ No (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) 6.) Did you solicit bids from MBE 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? nYes ❑ No (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at (east two attempts were made using two of the four methods or that at (east one successful contact was made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 6. 7.) Did you provide plans and specifications to potential MBEs? ❑ Y• es ❑ N• o 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? n Yes n No Rev. 5/15/19 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form ATTACHMENT 1C Page 1 of 4 OFFEROR COMPANY NAME: Check applicable Offeror's box to describe Certification q MNV/DBE El NON-MAN/DBE PROJECT NAME: BID DATE City's MBE Project Goal: 5 % Offeror's MBE Project Commitment: % PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/15/19 FORT WORTH ATTACHMENT 1B Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification • NON-MAN/DBE PROJECT NAME: BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 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 Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? 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. YES NO 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 The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not Tess than one (1) year. Authorized Signature Prirted Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not Tess than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5/15/19 FORT WORTH ATTACHMFNTIA Page 3 of 4 Offerors are required :o identify ALL subcontractors/suppliers, regardless of status; i.e.. I sted first, use additional sheets if necessary. Please note that on y certified MBEs will be MBE firms are to be goal. Minority and non -MBEs. counted to meet an MBE SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M B E W B E N ° M B E Detail Subcontracting Work Detail Supplies Purchased Dollar L n n n Rev. 5/15/19 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status: i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person e M B E W B E R Detail Subcontracting Work Detail Supplies Purchased Dollar Amount Rev. 5/15/19 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offeroor ss Certification M/WIDBE h NON-M/W/DBE PROJECT NAME: BID DATE City's MBE Project Goal: % Offeror's MBE Project Commitment: % PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE 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. MBEs listed toward meeting the project goal must be located In the six (6) county marketplace at the time of bid or the business has a Significant Business Presence In the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/13/19 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 5 %, of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met or exceeded: 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. 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 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. 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 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. 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 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. 5. Joint Venture Form, if goal is met or exceeded: 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. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5115/19 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV —1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 BRAUN INTERTEC EDUCATION B.S., Environmental Science, Tarleton State University PROFESSIONAL REGISTRATIONS Professional Geologist: TX No. 10864 CERTIFICATIONS 40-hour HA7.WOPER CLAYTON SNIDER, PG Senior Scientist Mr. Snider has over 20 years of experience in a variety of environmental projects including due diligence of oil and gas facilities such as tank batteries, oil wells, compressor stations, and gas plants in multiple states including AK, AR, KS, LA, MN, MO, MS, NM, OK & TX. Clay has additional experience conducting ASTM compliant Phase I Environmental Site Assessments (ESAs), geophysical surveys, oil field spill investigations, Leaking Petroleum Storage Tank (LPST) projects, Phase II investigations, underground/aboveground storage tank (UST/AST) management and removals, in -situ bioremediation projects, and oil refinery remediation. Clayton's field experience includes construction oversight, performance of subsurface investigations for contamination involving soil, vapor and groundwater; site characterization, remediation and closure investigations, and real estate assessments for oil companies, commercial and industrial sites. Mr. Snider is also knowledgeable of the Texas Commission on Environmental Quality (TCEQ) Voluntary Cleanup Program (VCP) and has experience closing sites using the Municipal Setting Designation Clay currently manages a staff of scientists and engineers whose focus is on the investigation and remediation of contaminated soil and groundwater. PROJECT EXPERIENCE • Oil & Gas Due Diligence • Phase l/Il ESAs • Soil and Groundwater Assessments • Affected Property Assessments (APAR) • Groundwater injection Remediation • Monitoring Well Plug & Abandonment • Air Sampling • Geophysical Surveys • Remediation Investigations • Contaminated Soil Remediation • UST Removal/Remediation ■ TCEQ Regulatory Programs, VCP, IOP CLIENTS • Upstream Oil & Gas Compony • Upstream Natural Gas Company • International Oil & Gas Company • International Computer MFG • Battery MFG • Metal Recycling Company • international Oil Service Company • Real Estate Developers ■ City Planners *While employed by another firm. BRAUN INTERTEC EDUCATION B.S., Geology, Arkansas Tech University PROFESSIONAL REGISTRATIONS Texas Geoscient-in-Training (GIT-386} CERTIFICATIONS 40-Hour OSHA HA2WOPER KENYON GOWING, GIT .Staff Scientist Mr. Gowing is a staff scientist with academic experience including various aspects of field and environmental geology. Kenyon's work at Braun Intertec has consisted of conducting American Society for Testing and Materials (ASTM) compliant Phase I Environmental Site Assessment (ESAs), leaking petroleum storage tank (LPST) projects, Phase II Investigations, and soil vapor investigations. Kenyon's field experience includes vapor intrusion (VI) mitigation system installation oversight, soil excavation oversight, Phase I Site reconnaissance, and performance of surface and subsurface investigations for contamination involving soil and groundwater. Mr. Gowing installed and sampled over 20 nested soil vapor probes for a large soil vapor assessment project in Fort Worth conducted to evaluate subsurface methane concentrations. Kenyon's prior work experience involved logging soil borings and collecting soil samples in Arkansas and surrouding states while also assisting with geotechnical engineering soil tests as a part of subsurface geotechnical investigations conducted by MTA Engineers. PROJECT EXPERIENCE • Phase 1/11 Environmental Site Assessments • Soil and groundwater assessments • Affected Property Assessments (APAR) • Monitoring well installation • Soil vapor probe and pin installation • Vapor intrusion mitigation system installation • Indoor air sampling • Soil excavation oversight • Texas Commission on Environmental Quality (TCEQ) Regulatory Programs: Industrial and Hazardous Waste Corrective Action Program (1HW-CA), Voluntary Cleanup Program (VCP) Leaking Petroleum Storage Tonk (LPST), & LPST CLIENTS • Real estate developers • City planners • CEFCO Convenience Stores • Empire Petroleum • Brookshire Grocery Company • Alon USA Appendix L Qualifications of Consultants BRAUN INTERTEC Photograph #13 Phase I ESA —Westside IV Elevated Storage B2300885 Date: 2/3/2023 Subject: View of the well head of the Veale Ranch 45H well on the south adjacent property, facing west. Photograph #14 Phase I ESA — Westside IV Elevated Storage BRAUN INTERTEC B2300885 Date: 2/3/2023 Subject: View of the well head of the Veale Ranch 46H well on the south adjacent property, facing west. BRAUN INTERTEC - 4 L ` JIT'J j I .ram .~--•1�/.��I • Y _ , 1 ' .; �!' - _ _ , •• ' ." Photograph #11 Phase I ESA- Westside IV Elevated Storage B2300885 Date: 2/3/2023 BRAUN Subject: View of three separating units within the tank battery secondary containment, facing west. I NTERTEC ' 1 1 BKV FIAT -nett i;. _ yl .'R G Y. IW7 ALI•if 11 c Photograph #12 Phase I ESA-Westside IV Elevated Storage B2300885 Date: 2/3/2023 BRAUN Subject: View of the well head of the Veale Ranch 4H well on the south adjacent property, facing west. I NTERTEC XI! a_ 1 - (I i - f, { e. Photograph #9 Phase I ESA —Westside IV Elevated Storage B2300885 Date: 2/3/2023 B R A U N Subject: View of two aboveground storage tanks (ASTs) that INTERTEC contain gas condensate, facing west. _ ,....ts _ r~ T ill //tr •r , w 4' �.. Photograph #10 Phase I ESA — Westside IV Elevated Storage B2200501 Date: 2/3/2023 B R A U N Subject: View inside the secondary containment for the tank battery, facing southeast. (NTERTEC Photograph #7 Phase I ESA— Westside IV Elevated Storage B2300885 Date: 2/3/2023 Subject: View of the off -Site gas pipeline easement located along the southern Site boundary, facing west. Photograph #8 Phase I ESA— Westside IV Elevated Storage Date: 2/3/2023 BRAUN INTERTEC B2300885 Subject: View of the tank battery and gas well heads located on the south adjacent property, facing east. BRAUN INTERTEC .x _ � �. .Tl S_ _ • ti �+> i f ti • •pit . r k ^7�C R i �, r ' ' Photograph #5 Phase I ESA-Westside IV Elevated Storage B2300885 Date: 2/3/2023 BRAUN Subject: View of the west -adjacent agricultural property, facing west. INTERTEC a''� 'I?r ae►,•" �` c Y i,Jtr •- �,' _ +4+.i• , - fix' - rY � ��Zr 7►.• %., y. „�,f. ^. - .ry� �.^'i .gip' ei 4"�� r~ r.' 21 ta : far >> v. W `^• el* _ - .. �'fi ,c•'�• ,� � _ iw `' ' •Ls Photograph #6 Phase I ESA — Westside IV Elevated Storage B2300885 Date: 2/3/2023 BRAUN Subject: View of the east -adjacent agricultural property, facing north. INTERTEC -„' - . �15r oh ,Y _ 3--,.� • -,c • ` r _ -" _ems ,---,_ : ~' '^r:'i:—' ."•4, 4 — a�-r .X ^� - -• p7" -- —4r -- — ,1-•Tyr.— — .... - 'r R • • :�1!', r ti . Z , .. - t c._•. --i sue. •..- +5 k.",?• a�, .r •:i . •'a"r !fy T . tar 401,.F. -� �• _ �t i per ' .,,,,.,• 4 ' y r i�v,A cif... - 11#� •� •"i-• 0- } .f e.'�"'., o Je . •�s�" ' ' '!� . .tom_ , a.- ' R1 S- „ .' Photograph #3 Phase I ESA— Westside IV Elevated Storage 82300885 Date: 2/3/2023 B R A U N Subject: View of the Site, facing northwest. I NTERTEC 4.: r- rfi�p � ,-•r.�Xr+tw- t•• ,)''; * Z41. inn Y, -.3 w� • ''yt2 � : '' ,•'1 ar4k''► �X"r' Ric!"T✓ . `""..'.�„*v ` '^, • y�oA i¢ "rrt A - -•.Y^- n -ale r i"-..�+� ! a�'ayr7- 1 -�' ..did . -• i AYi """ lbw I% Photograph #4 Phase I ESA— Westside IV Elevated Storage B2300885 Date: 2/3/2023 _ B R A U N Subject: View of the north -adjacent agricultural property, facing north. I NTE RTEC rl 11 ~_ - III```/- ,,(`:.• 1 .V• - ).- RA. • .. Ir Photograph #1 Phase I ESA—Westside IV Elevated Storage 82300885 Date: 2/3/2023 B R A U N Subject: View along 4th Street east adjacent of the Site, facing southeast. INTERTEC -�w-..��p er _ s v *1-� � --. 'do-""`-' A, y..--�.+...._. �. , . -.� . _, _' ii� .rv.r„ J _ - -- _ . z.. Rom. _�: `Wor yam. _ s f l Photograph #2 Phase I ESA — Westside IV Elevated Storage B2300885 Date: 2/3/2023 B R A U N Subject: View of the gravel road that traverses northeast - southwest through the Site, facing southwest. INTERTEC Appendix K Site Photographs BRAUN INTERTEC 2016 4TH STREET SOURCE: DIGITAL BUSINESS DIRECTORY NO LISTING FOUND FOR THIS YEAR. 2016 SOURCE- DIGITAL BUSINESS DIRECTORY 6TH STREET NO LISTING FOUND FOR THIS YEAR... ..6r 3 Rpc.Y:O. 2208NJ0D182 - 8R8/2021 www.eritinb.com August 24, 2021 RE: CITY DIRECTORY RESEARCH Phase 1 ESA • Westside IV EST - Fort Worth, Tx 4th Street fort Worth, TX Thank you for contac ng ERIS for an City Directory Search for the sit* described above. Our staff has conducted a reverse Lis ng Clty Directory search to determine prior occupants of the subject site and adjacent proper es. We have provided the nearest address*sls) when adjacent addresses ere not listed. If we have searched a range of addresses, all addresses In that range found in the Directory are included. Note: Reverse Lis ng Directories generally are focused on more highly developed areas. Newly developed areas may be covered in the more recent years, but the older directories will tend to cover only the "central" parts of the city. To complete the search, we have either u lized the ACPI, Library of Congress, State Archives, and/or a regional library or history center as well es mul ple digi zed directories. These do not claim to be a complete collec on of all reverse Lis ng city directories produced. ERIS has made every effort to provide accurate and complete Informs on but shall not be held liable for missing, incomplete or inaccurate informs on. To complete this search we used the general range(s) below to sears i for relevant findings. If you believe there are addi onal addresses or streets that require searching please contact us at 866-S17-S204. Search Criteria: All of 4th Street All of 6th Street Search Results Summary Date Source Comment 2020 DIGITAL BUSINESS DIRECTORY 2016 DIGITAL BUSINESS DIRECTORY 2012 DIGITAL BUSINESS DIRECTORY Environmental Risk Information Services A division of Glaser Media Inc. 1.866.517.5204 info@erisinfo.com erisinfo.com CITY DIRECTORY Project Property: Phase I ESA - Westside /V EST - Fort Worth, TX 4th Street Fort Worth, TX 76127 Project No: B2107824 Requested By: Braun Intertec Corpora on Order No: 21081900182 Date Completed: August 24, 2021 Environmental Risk Information Services A division of Glacier Media Inc. 1.866.517.5204 info®erisinfo.com erisinfo.com Appendix J Historical City Directories BRAUN INTERTEC Year: 2020 Source: NAIP Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center:-97.54823878,32.65931738 Order No: 21081900182 E R S R INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 2020 Westside IV EST Site Fort Worth, Texas 2/ 1 /2023 Phase I ESA Braun Project No.: B2300885 Year: 2018 Source: NAIP Scale: 1' to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97,54823878,32.65931738 Order No: 21081900182 E R S BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 2018 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 Year: 2016 Source: NAIP Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 E R S BRAUN INTERTEC The Science You Build On. Appendix F I-Iistorical Aerial Photo Log 2016 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 Year: 2015 Source: NAIP Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 E R S BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 2015 Westside IV EST Site Fort. Worth, Texas 2/1/2023 Phase 1 ESA Braun Project No.: B2300885 Year: 2014 Source: NAIP Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 E R BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 2014 Westside IV EST Site Fort Worth, Texas 2, 1,'2023 Phase I ESA Braun Project No.: B2300885 Year. 2012 Source: NAIP Scale: 1' to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 E R S ' BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 2012 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 Year: 2010 Source: NAIP Scale: 1 ` to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 2010 We.ttiide IV EST Site Fort Worth, Texas 2/1/2023 Phase 1 ESA Braun Project No.: B2300885 Year: 2005 Source: NAIP Scale: 1 " to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center:-97.54823878,32.65931738 Order No: 21081900182 E R S AUVUN INTERTEC The Science You Build On Appendix F Historical Aerial Photo Log 2005 Westside IV EST Site Fort Worth, Texas 2/ 1 /2023 Phase t ESA Braun Project No.: B2300885 Year: 1995 Source: USGS Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center:-97.54823878,32.65931738 Order No: 21081900182 E R S 111.441.1. lift 000. BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 1995 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase' ESA Braun Project No.: B2300885 Year: 1984 Source: TXDOT Scale: 1" to 500' Comment: Address 4th Street, Fort Worth. TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 ER S%°' BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 1984 Westside IV EST Site Fort Worth, Texas 1; 2023 Phase I ESA Braun Project No.: B2300885 Year: 1981 Source: NHAP Scale: 1 " to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 1981 West9ide IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 Year: 1976 Source: TXDOT Scale: 1' to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center:-97.54823878,32.65931738 Order No: 21081900182 E R BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 1976 Wcstside IV EST Site Fort Worth, Texas 2/1 /2023 Phase I ESA Braun Project No.: B2300885 /r 1 Year: 1968 Source: USGS Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center:-97.54823878,32.65931738 Order No: 21081900182 E R 5 BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 1968 Westside IV EST Site Fort Worth, Texas 2/ 1 i 2013 Phase I ESA Braun Project No.: B2300885 Year: 1953 Source: AMS Scale: 1" to 500' Comment: Best Copy Available Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 E R S INTERTEC The Scien a You Build • n. Appendix F Historical Aerial Photo Log 1953 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 Year: 1942 Source: ASCS Scale: 1" to 500' Comment: Address: 4th Street, Fort Worth, TX Approx Center: -97.54823878,32.65931738 Order No: 21081900182 ER S`! BRAUN INTERTEC The Science You Build On. Appendix F Historical Aerial Photo Log 1942 Westside IV EST Site Fort Worth, Texas 2/ 1 /2023 Phase I ESA Braun Project No.: B2300885 20Wd�16.,�,/ o QrangIe(s): Aledo,77( Source: USGS 7 i Minute Topographic Map 02 04 MNes OA Order No. 21081900182 E R I S BRAUN INTERTEC The Science You Build On. Appendix F Historical Topographic Maps 2016 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 M. if-gt 1981 n 02 na 'spssoy,u J Miles Order No. 21081900182 nR Quadrangle(s): Aledo,TX Source: USGS 7.5 Minute Topographic Map E R S' BRAUN INTERTEC The Science You Build On. Appendix F Historical Topographic Maps 1981 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 } tot 481 .-1)1, - _---1\ • if 14 �fl nza �I! Wes 1973 n 07 0A nP Quadrangle(s): Aledo.TX Source: USGS 7.5 Minute Topographic Map r Order No. 21081900182 E R E 0 BRAUN INTERTEC The Science You Build On. Appendix F Historical Topographic Maps 1973 Wcstside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: 62300885 1968 0 n2 nd Quadrangle(s): Aledo,TX Source: USGS 7.S Minute Topographic Map Mies nR Order No. 21081900182 E R S BRAUN INTERTEC The Science You Build On. Appendix F Historical Topographic Maps 1968 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase I ESA Braun Project No.: B2300885 1959 Quadrangle(s): Cresson .TX Source: USGS is Minute Topographic Map E R S BRAUN INTERTEC The Science You Build On. Appendix F Historical Topographic Maps 1959 Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase l FS.A Braun Project No.: B2300885 1955 Quadrangle(s): Aledo.TX Source: USGS 7.5 Minute Topographic Map 07 na Miles nR Order No. 21081900182 ERGS BRAUN INTERTEC The Science You Build On. Appendix F Historical Topographic Maps 195S Westside IV EST Site Fort Worth, Texas 2/1/2023 Phase 1 ESA Braun Project No.: B2300885 Appendix H Historical Topographic Maps BRAUN INTERTEC FIRE INSURANCE MAPS Project Property: Phase I ESA - Westside IV EST - Fort Worth, TX 4th Street Fort Worth TX 76127 Project No: B2107824 Requested By: Braun Intertec Corporation Order No: 21081900182 Date Completed: August 19, 2021 Please note that no information was found for your site or adjacent properties. Environmental Risk Information Services A division of Glacier Media Inc. 1.866.517.5204 info@erisinfo.com erisinfo.com Appendix G Historical Fire Insurance Maps BRAUN I NTERTEC Gowing, Kenyon From: Fort Worth Open Records Center <fortworth@govqa.us> Sent: Friday, February 3, 2023 3:37 PM To: Gowing, Kenyon Subject: [Records Center] Open Records Request :: R002014-013123 Dear Kenyon Gowing, RE: PUBLIC RECORDS REQUEST of January 31, 2023, Reference # R002014-013123 Dear Kenyon Gowing, The City of Fort Worth received a public information request from you on January 31, 2023. Your request mentioned: "Does the City of Fort Worth have any records regarding underground or above ground storage tanks, storage/reporting of hazardous material and petroleum products, emergency response to spills of hazardous materials or petroleum products, responses to fires, records of any sumps, pits, oil/water separators, city environmental permits, any city environmental inspections, violations, or complaints, or Municipal Setting Designations (MSDs) for this property? Please provide any building permits, certificates of occupancy, or Public Works -related permits associated with the properties." This email is to notify you that no records exist. Your request has been dosed. If you have any questions, please contact my office at 817-392-2303. Thank you for your attention. Sincerely, Tammy Lewis Business Process Analyst Development Services To view the full details of this request please log into the Open Records Center. D 1 Tammy Lewis Development Services To monitor the progress or update this request please log into the Open Records Center [cf Gowing, Kenyon From: Fort Worth Open Records Center <fortworth@govqa.us> Sent Friday, February 3, 2023 3:36 PM To: Gowing, Kenyon Subject: [Records Center] Open Records Request :: R002014-013123 --- Please respond above this line --- 02/03/2023 Kenyon Gowing 714 South Greenville Avenue, Suite 160 Allen, 75002 RE: Public Information Request R002014-013123 Dear Kenyon Gowing, This letter responds to your request for information to the City of Fort Worth, dated and received in our office on 1/31/2023 8:00:00 AM. Information Requested: Does the City of Fort Worth have any records regarding underground or above ground storage tanks, storage/reporting of hazardous material and petroleum products, emergency response to spills of hazardous materials or petroleum products, responses to fires, records of any sumps, pits, oil/water separators, city environmental permits, any city environmental inspections, violations, or complaints, or Municipal Setting Designations (MSDs) for this property? Please provide any building permits, certificates of occupancy, or Public Works -related permits associated with the properties. The City of Fort Worth Development Services Department has reviewed its files and has determined there are no responsive documents to your request. However, since your request was assigned to multiple departments, you may be receiving additional responses. If you have any questions, or wish to discuss this further, you may contact me at 817-392-2303. Sincerely, i Gowing, Kenyon From: Fort Worth Open Records Center <fortworth@govqa.us> Sent: Friday, February 3, 2023 12:31 PM To: Gowing, Kenyon Subject: [Records Center] Open Records Request :: R002014-013123 --- Please respond above this line --- The City of Fort Worth Fire Department has reviewed its files and has determined there are no responsive documents to your request. However, since your request was assigned to multiple departments, you may be receiving additional responses. Sincerely, Kaleb Kirk Fort Worth Fire Department To monitor the progress or update this request please log into the Open Records Center 1 Wendy Cooper Code Compliance To monitor the progress or update this request please log into the Open Records Center p. Gowing, Kenyon From: Fort Worth Open Records Center <fortworthegovga.us> Sent Tuesday, January 31, 2023 3:29 PM To: Gowing, Kenyon Subject [Records Center] Open Records Request :: R002014-013123 — Please respond above this line --- 01 /31 /2023 Kenyon Gowing 714 South Greenville Avenue, Suite 160 Allen, 75002 RE: Public Information Request R002014-013123 Dear Kenyon Gowing, This letter responds to your request for information to the City of Fort Worth, dated and received in our office on 1/31/2023 2:44:09 PM. Information Requested: Does the City of Fort Worth have any records regarding underground or above ground storage tanks, storage/reporting of hazardous material and petroleum products, emergency response to spills of hazardous materials or petroleum products, responses to fires, records of any sumps, pits, oil/water separators, city environmental permits, any city environmental inspections, violations, or complaints, or Municipal Setting Designations (MSDs) for this property? Please provide any building permits, certificates of occupancy, or Public Works -related permits associated with the properties. The City of Fort Worth Code Compliance Department has reviewed its files and has determined there are no responsive documents to your request. However, since your request was assigned to multiple departments, you may be receiving additional responses. If you have any questions, or wish to discuss this further, you may contact me at 817-392-8904. Sincerely, i Appendix F Local Records and Agency -Reviewed Records BRAUN INTERTEC Definitions Database Descriptions: This section provides a detailed explanation for each database including: source, information available, time coverage, and acronyms used. They are listed in alphabetic order. Detail Report This is the section of the report which provides the most detail for each individual record. Records are summarized by location, starting with the project property followed by records in closest proximity. Distance: The distance value is the distance between plotted points, not necessarily the distance between the sites' boundaries. All values are an approximation. Direction: The direction value is the compass direction of the site in respect to the project property and/or center point of the report. Elevation: The elevation value is taken from the location at which the records for the site address have been plotted. All values are an approximation. Source: Google Elevation API. Executive Summary: This portion of the report is divided into 3 sections: 'Report Summary'- Displays a chart Indicating how many records fall on the project property and, within the report search radii. 'Site Report Summary' -Project Property- This section lists all the records which fall on the project property. For more details, see the 'Detail Report' section. 'Site Report Summary -Surrounding Properties'- This section summarizes all records on adjacent properties, listing them in order of proximity from the project property. For more details, see the Detail Report' section. Map Key: The map key number is assigned according to closest proximity from the project property. Map Key numbers always start at #1. The project property will always have a map key of '1' if records are available. If there Is a number in brackets beside the main number, this will indicate the number of records on that specific property. If there is no number in brackets, there is only one record for that property. The symbol and colour used indicates 'elevation': the red inverted triangle will dictate 'ERIS Sites with Lower Elevation', the yellow triangle will dictate 'ERIS Sites with Higher Elevation' and the orange square will dictate 'ERIS Sites with Same Elevation.' Unplottables: These are records that could not be mapped due to various reasons, incuding limited geographic information. These records may or may not be in your study area, and are included as reference. 37 erisinfo.com ( Environmental Risk Information Services Order No: 23013100573 Tler2 Report; TIER 2 Historica listing of facilities in Texas that store hazardous chemicals and are required to report them under the Emergency Planning and Community Right -to -Know Act (EPCRA) of 1986. This data was provided by the Department of State Health Services (DSHS) and contains facility reports for the 2005 through the 2012 calendar years. Since 2012, agencies are unable to release this listing, as Tier II information is confidential under Texas Govemment Code Chapter 418, the Texas Disaster Act (TDA). Site specific inquiries can be made to the Texas Commission on Environmental Quality Tier II Chemical Reporting Division. Government Publkatlon Date: Dec 31, 2012 Edwards Aauifer Permits; EDWARDS AQUIFER Listing of Edward Aquifer permits made available by the Texas Commission on Environmental Quality (TCEQ). The Edwards Aquifer is home to diverse fauna and is a drinking water source for the city of San Antonio and surrounding central Texas communities. Before building on the recharge, transition, or contributing zones of the Edwards Aquifer, a plan must first be reviewed and approved by the TCEQ Edwards Aquifer Protection Program. Government Publication Date: May 23, 2022 Tribal No Tribal additional environmental record sources available for this State. County No County additional environmental record sources available for this State. 36 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Notice of Violation; NOV List of sites that have been sent a Notice of Violation (NOV) by the Texas Commission on Environmental Quality (TCEQ) Office of Compliance and Enforcement. A Notice of Violation is sent out when a site falls out of compliance and has a prescribed time period to return to compliance. Government Publication Date: May 2, 2022 Notices of Enforcement, NOE Listing of investigations resulting in a Notice of Enforcement (NOE), made available by the Texas Commission on Environmental Quality, Office of Compliance & Enforcement. Multiple violations may be due to identified noncompliance with different regulatory requirements (citations). Government Publication Date: Jul 5, 2022 environmental Liens Listing; LIENS List of siteslfacilities against which the Texas Commission on Environmental Quality (TCEQ) has placed liens to recover cleanup costs associated with Federal or State Superfund cleanup activities. Government Publication Date: Nov 8, 2022 Court Orders & Administrative Orders: List of sites that have been sent an Administrative Order or Court Order by the Texas Commission on Environmental Quality (TCEQ) Office of Compliance and Enforcement. Government Publication Date: Mar 21, 2022 ORD Inactive Regulated RCRA Generator Facilities: HIST RCRA GEN A list of facilities which were once registered as generators of hazardous waste, but are no longer active or no longer require registration. The U.S. Environmental Protection Agency (EPA) requires the Texas Commission on Environmental Quality (TCEQ) to investigate hazardous waste generators. If an unregistered/inactive industrial site generates Tess than 220 pounds of hazardous or Class 1 industrial waste, it does not have to notify or report to the TCEQ. Government Publication Date: Oct 7, 2022 Recycle Texas Online Program; RTOL A list of recycling facilities under the Recycle Texas Online service/program made available by the Texas Commission of Environmental Quality (TCEQ). This program allowed facilities to self -report and post their own company/facility information. This program is no longer maintained and these data will not be updated. Government Publication Date: Oct 10, 2011 Underground Injection Control; UIC List of underground injection control (UIC) permits in the Texas Commission on Environmental Quality (TCEQ) Central Registry database. Includes Class I, Class III, Class IV, Class 5, and non permitted UICs; does not include Injection wells regulated by the Railroad Commission of Texas. Government Publication Date: Aug 12, 2022 Industrial and Hazardous Waste - Generators: IHW GENERATOR List of active, inactive, and post -closure Industrial and Hazardous Waste Generator Facilities permitted by or registered with the Texas Commission on Environment& Quality (TCEQ) under the Texas Administrative Code (TAC) Title 30 Chapter 335. Government Publication Date: Dec 19, 2022 Industrial and Hazardous Waste - Transporters: IHW TRANSPORT List of active, inactive, and post -closure Industrial and Hazardous Waste Transporter Facilities permitted by or registered with the Texas Commission on Environmental Quality (TCEQ) under the Texas Administrative Code (TAC) Title 30 Chapter 335. Government Publication Date: Doc 19, 2022 flew Source Review (NSR) Permits; AIR PERMITS A list of facilities that have applied for New Source Review air permits made available by the Texas Commission on Environmental Quality (TCEQ). Government Publication Date: Nov 16, 2022 Point Source Emissions inventory; EMISSIONS A list of Texas Commission on Environmental Quality (TCEQ) Point Source Emissions Inventory sites. The Point Source Emissions Inventory is an annual survey of chemical plants, refineries, electric utility plants and other industrial sites that meet the reporting criteria in the TCEQ emissions inventory rule (30 TAC §101.10Exit the TCEQ ). Government Publication Date: Apr 25, 2022 :i5 erisinfo.com !Environmental Risk Information Services Order No: 23013100573 Dry Cleaner Remediation Program Prioritization List: PRIORITY CLEAN The Texas Commission on Environmental Quality (TCEQ) implements environmental standards for dry cleaners. The Dry Cleaner Remediation Program (DCRP) establishes a prioritization list of dry cleaner sites and administers the Dry Cleaning Remediation fund to assist with remediation of contamination caused by dry cleaning solvents. Includes prioritized sites identified under the DCRP, as well as sites closed under the DCRP. Government Publication Date: Sep 1, 2022 Registered Dry Cleaning Facilities: The Texas Commission of Environment Quality (TCEQ) maintains a statewide registration list of current dry cleaners. Government Publication Date: Nov 30, 2022 DRYCLEANERS Delisted Dtycleaning Facility list; DELISTED DRYCLEANERS A list of sites which were have been removed from the list of dry cleaning facilities registered with the Texas Commission of Environment Quality (TCEQ). Sites are removed when they are no longer used as dry cleaning facilities. Govemment Publication Date: Nov 30, 2022 Groundwater Contamination Cases: G`>niCC List of sites present in the TCEQ Groundwater Contamination Viewer, which represent groundwater contamination cases in Texas as per TCEQ publication SFR-056 (current and some previous years). The Joint Groundwater Monitoring and Contamination Report (SFR-056) was designed and produced by the Texas Groundwater Protection Committee in fulfillment of requirements given in Section 26.406 of the Texas Water Code. The information does not represent an on -the -ground survey and represents only the approximate relative location of property boundaries. Government Publication Date: Dec 31, 2020 Historical Groundwater Contamination Cases: GWCC HIST List of sites from a Joint Groundwater Monitoring and Contamination Report provided by the Texas Commission on Environmental Quality (TCEQ) with the Railroad Commission of Texas (RRC). The annual report describes the status of groundwater monitoring activities conducted or required by each agency at regulated facilities or associated with regulated activities. The report provides a general overview of groundwater monitoring by participating members on a program by program basis. Groundwater contamination is broadly defined in the report as any detrimental alteration of the naturally occurring quality of groundwater. Government Publication Date: Dec 31, 2018 Affected Property Assessment Reports: APAR List of sites for which an Affected Property Assessment Report has been submitted to the Texas Commission on Environmental Quality (TCEQ). An APAR is required when a person is addressing a release of COCs under 30 TAC Chapter 350, the Texas Risk Reduction Program (TRRP). The purpose of the APAR is to document all relevant affected property information to identify all release sources and chemicals of concern (COCs), determine the extent of all COCs, identify all transport/exposure pathways, and to determine if any response actions are necessary. Government Publication Date: Oct 22, 2022 Spills Database; List of Spills reported to Emergency Response Division of the Texas Commission on Environmental Quality (TCEQ). Govemment Publication Date: Oct 24, 2022 SPILLS Per- and Polyfluoroalkyl Substances (PFAS): PFAS A list of sites from the Central Registry and ARTS databases where Per- and Polyfluoroalkyl substances (PFAS) containing materials may be of concern. This list is made available by the Remediation Division of the Texas Commission on Environmental Quality (TCEQ). Govemment Publkation Date: May 18, 2022 Industrial and Hazardous Waste Sites with Corrective Actions; IHW CORR ACTION List of Industrial and Hazardous Waste sites with Corrective Actions made available by the Texas Commission of Environmental Quality (TCEQ). The mission of the industrial and hazardous waste (IHW) corrective action program is to oversee the cleanup of sites contaminated from industrial and municipal hazardous and industrial nonhazardous wastes. Govemment Publication Date: Nov 22, 2022 Land Application Permits: LAND APPL Texas Land Application Permits are a requirement from the Texas Commission on Environmental Quality for any domestic facility that disposes of treated effluent by land application such as surface irrigation, evaporation, drainfields or subsurface land application. Govemment Publication Date: Jan 18, 2023 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Government Publication Date: Mar 15, 2016 POE Legacy Management Sites; LM SITES The U.S. Department of Energy (DOE) Office of Legacy Management (LM) currently manages radioactive and chemical waste, environmental contamination, and hazardous material at over 100 sites across the U.S. The LM manages sites with diverse regulatory drivers (statutes or programs that direct cleanup and management requirements at DOE sites) or as part of intemal DOE or congressionally -recognized programs, such as but not limited to: Formerly Utilized Sites Remedial Action Program (FUSRAP), Uranium Mill Tailings Radiation Control Act (UMTRCA Title I, Tile II), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Decontamination and Decommissioning (D&D), Nuclear Waste Policy Act (NWPA). This site listing includes data exported from the DOE Office of LM' s Geospatial Environmental Mapping System (GEMS). GEMS Data disclaimer: The DOE Office of LM makes no representation or warranty, expressed or implied, regarding the use, accuracy, availability, or completeness of the data presented herein. Government Publication Date: Dec 1, 2022 Alternative Fueling Stations; ALT FUELS This list of altemative fueling stations is sourced from the Altemative Fuels Data Center (AFDC). The U.S. Department of Energy's Office of Energy Efficiency & Renewable Energy launched the AFDC in 1991 as a repository for altemative fuel vehicle performance data, which provides a wealth of information and data on altemative and renewable fuels, advanced vehicles, fuel -saving strategies, and emerging transportation technologies. The data includes Biodiesel (B20 and above), Compressed Natural Gas (CNG), Electric, Ethanol (E85), Hydrogen, Liquefied Natural Gas (LNG), Propane (LPG) fuel type locations. Government Publication Date: Oct 10, 2022 Air Facility System: AFS This EPA retired Air Facility System (AFS) dataset contains emissions, compliance, and enforcement data on stationary sources of air pollution. Regulated sources cover a wide spectrum; from large industrial facilities to relatively small operations such as dry cleaners. AFS does not contain data on facilities that are solely asbestos demolition and/or renovation contractors, or landfills. ECHO Clean Air Act data from AFS are frozen and reflect data as of October 17, 2014; the EPA retired this system for Clean Air Act stationary sources and transitioned to ICIS-Air. Government Publication Date: Oct 17, 2014 4unerfunds Consent Decreesz CONSENT DECREES This list of Superfund consent decrees is provided by the Department of Justice, Environment & Natural Resources Division (ENRD) through a Freedom of Information Act (FOIA) applicable file. This listing includes Consent Decrees for CERCLA or Superfund Sites filed and/or as proposed within the ENRD's Case Management System (CMS) since 2010. CMS may not reflect the latest developments in a case nor can the agency guarantee the accuracy of the data. ENRD Disclaimer: Congress excluded three discrete categories of law enforcement and national security records from the requirements of the FOIA; response is limited to those records that are subject to the requirements of the FOIA; however, this should not be taken as an indication that excluded records do, or do not, exist. Govemment Publication Date: Jan 11, 2023 Realstered Pesticide Establishments: SSTS List of active EPA -registered foreign and domestic pesticide -producing and device -producing establishments based on data from the Section Seven Tracking System (SSTS). The Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA) Section 7 requires that facilities producing pesticides, active ingredients, or devices be registered. The list of establishments is made available by the EPA. Government Publication Date: Mar 30, 2022 polychlorinated Biphenyl (PCB) Transformers: PCBT Locations of Transformers Containing Polychlorinated Biphenyls (PCBs) registered with the United States Environmental Protection Agency. PCB transformer owners must register their transformer(s) with EPA. Although not required, PCB transformer owners who have removed and properly disposed of a registered PCB transformer may notify EPA to have their PCB transformer de -registered. Data made available by EPA. Government Publication Date: Oct 15, 2019 Polychlorinated Biphenyl (PCB) Notifiers: PCB Facilities included in the national list of facilities that have notified the United States Environmental Protection Agency (EPA) of Polychlorinated Biphenyl (PCB) activities. Any company or person storing, transporting or disposing of PCBs or conducting PCB research and development must notify the EPA and receive an identification number. Government Publication Date: Jul 28, 2022 State 33 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Formerly Used Defense Sites: FUDS Formerly Used Defense Sites (FUDS) are properties that were formerly owned by, leased to, or otherwise possessed by and under the junsdiction of the Secretary of Defense prior to October 1986, where the Department of Defense (DOD) is responsible for an environmental restoration. The FUDS Annual Report to Congress (ARC) Is published by the U.S. Army Corps of Engineers (USAGE). This data Is compiled from the USACE's Geospatial FUDS data layers and Homeland Infrastructure Foundation -Level Data (HIFLD) FUDS dataset. Government Publication Date: Jul 12, 2022 Former Military Nike Missile Sites; FORMER NIKE This information was taken from report DRXTH-AS-IA-83A016 (Historical Overview of the Nike Missile System, 12/1984) which was performed by Environmental Science and Engineering, Inc. for the U.S. Army Toxic and Hazardous Materials Agency Assessment Division. The Nike system was deployed between 1954 and the mid-1970's. Among the substances used or stored on Nike sites were liquid missile fuel (JP-4); starter fluids (UDKH, aniline, and furfuryl alcohol); oxidizer (IRFNA); hydrocarbons (motor oil, hydraulic fluid, diesel fuel, gasoline, heating oil); solvents (carbon tetrachloride, tnchloroethylene, trichloroethane, stoddard solvent), and battery electrolyte. The quantities of material a disposed of and procedures for disposal are not documented in published reports. Virtually all information concerning the potential for contamination at Nike sites is confined to personnel who were assigned to Nike sites During deactivation most hardware was shipped to depot -level supply points. There were reportedly instances where excess materials were disposed of on or near the site itself at closure. There was reportedly no routine site decontamination. Government Publkation Date: Dec 2, 1984 FHMSA Plneline Safely Flagaed Incidents: PIPELINE INCIDENT A list of flagged pipeline incidents made available by the U.S. Department of Transportation (US DOT) Pipeline and Hazardous Materials Safety Administration (PHMSA). PHMSA regulations require incident and accident reports for five different pipeline system types. Government Publication Date: Mar 31, 2021 Material Licensing Tracking System (MLTS); MLTS A list of sites that store radioactive material subject to the Nuclear Regulatory Commission (NRC) licensing requirements. This list is maintained by the NRC. As of September 2016, the NRC no longer releases location information for sites. Site locations were last received in July 2016. Government Publication Date: May 11, 2021 Historic Material Licensing Tracking System (MLTSJ sites; HIST MLTS A historic list of sites that have inactive licenses and/or removed from the Material Licensing Tracking System (MLTS). In some cases, a site Is removed from the MLTS when the state becomes an `Agreement State. An Agreement State is a State that has signed an agreement with the Nuclear Regulatory Commission (NRC) authonzing the State to regulate certain uses of radioactive materials within the State. Govemment Publication Date: Jan 31, 2010 Mines Master Index File: MINES The Master Index File (MIF) is provided by the United State Department of Labor, Mine Safety and Health Administration (MSHA). This file, which was onginally created in the 1970's, contained many Mine-IDs that were invalid. MSHA removes invalid IDs from the MIF upon discovery. MSHA applicable data includes the following: all Coal and Metal/Non-Metal mines under MSHA's jurisdiction since 1/1/1970; mine addresses for all mines in the database except for Abandoned mines prior to 1998 from MSHA's legacy system (addresses may or may not correspond with the physical location of the mine itself); violations that have been assessed penalties as a result of MSHA inspections beginning on 1/1/2000: and violations issued as a result of MSHA inspections conducted beginning on 1/1/2000. Government Publkatlon Date: Aug 3, 2022 Surface Mining Control and Reclamation Act Sites: SMCRA An inventory of land and water impacted by past mining (primanly coal mining) is maintained by the Office of Surface Mining Reclamation and Enforcement (OSMRE) to provide information needed to implement the Surface Mining Control and Reclamation Act of 1977 (SMCRA). The inventory contains information on the location, type, and extent of Abandoned Mine Land (AML) impacts, as well as information on the cost associated with the reclamation of those problems. The inventory is based upon field surveys by State, Tribal, and OSMRE program officials. It is dynamic to the extent that it is modified as new problems are identified and existing problems are reclaimed. Government Publication Date: Aug 18, 2022 Mineral Resource Data System; MRDS The Mineral Resource Data System (MRDS) is a collection of reports describing metallic and nonmetallic mineral resources throughout the world. Included are deposit name, location, commodity, deposit description, geologic charactenstics, production, reserves, resources, and references. This database contains the records previously provided in the Mineral Resource Data System (MRDS) of USGS and the Mineral Availability System/Mineral Industry Locator System (MAS/MILS) originated in the U.S. Bureau of Mines, which is now part of USGS. The USGS has ceased systematic updates of the MRDS database with their focus more recently on deposits of critical minerals while providing a well -documented baseline of historical mine locations from USGS topographic maps. erisinfo.com 1 Environmental Risk Information Services Order No: 23013100573 The Environmental Protection Agency (EPA) is amending the Toxic Substances Control Act (TSCA) section 8(a) Inventory Update Reporting (IUR) rule and changing its name to the Chemical Data Reporting (CDR) rule. The CDR enables EPA to collect and publish information on the manufacturing, processing, and use of commercial chemical substances and mixtures (referred to hereafter as chemical substances) on the TSCA Chemical Substance Inventory (TSCA Inventory). This includes current information on chemical substance production volumes. manufacturing sites, and how the chemical substances are used. This information helps the Agency determine whether people or the environment are potentially exposed to reported chemical substances. EPA publishes submitted CDR data that is not Confidential Business Information (CBI). Government Publication Date: Apr 11, 2019 Hist TSCA: HST TSCA The Environmental Protection Agency (EPA) is amending the Toxic Substances Control Act (TSCA) section 8(a) Inventory Update Reporting (IUR) rule and changing its name to the Chemical Data Reporting (CDR) rule. The 2006 IUR data summary report includes information about chemicals manufactured or imported in quantities of 25,000 pounds or more at a single site during calendar year 2005. In addition to the basic manufacturing information collected in previous reporting cycles. the 2006 cycle is the first time EPA collected information to characterize exposure during manufacturing, processing and use of organic chemicals. The 2006 cycle also is the first time manufacturers of inorganic chemicals were required to report basic manufacturing information. Government Publication Date: Dec 31, 2006 FTTS Administrative Case Listing; FTTS ADMIN An administrative case listing from the Federal Insecticide, Fungicide, & Rodentidde Act (FIFRA) and Toxic Substances Control Act (TSCA), together known as FTTS. This database was obtained from the Environmental Protection Agency's (EPA) National Compliance Database (NCDB). The FTTS and NCDB was shut down in 2006. Government Publication Date: Jan 19, 2007 FTTS lnsoection Case Listing; FTTS INSP An inspection case listing from the Federal Insecticide. Fungicide, & Rodenticide Act (FIFRA) and Toxic Substances Control Act (TSCA), together known as FTTS. This database was obtained from the Environmental Protection Agency's (EPA) National Compliance Database (NCDB). The FTTS and NCDB was shut down in 2006. Government Publication Date: Jan 19, 2007 Potentially Responsible Parties List: PRP Early in the site cleanup process, the U.S. Environmental Protection Agency (EPA) conducts a search to find the Potentially Responsible Parties (PRPs). The EPA looks for evidence to determine liability by matching wastes found at the site with parties that may have contributed wastes to the site. This listing contains PRPs, Noticed Parties, at sites in the EPA's Superfund Enterprise Management System (SEMS). Government Publication Date: Nov 23, 2022 State Coalition for Remediation of Drvcleaners Listing: SCRD DRYCLEANER The State Coalition for Remediation of Drydeaners (SCRD) was established in 1998, with support from the U.S. Environmental Protection Agency (EPA) Office of Superfund Remediation and Technology Innovation. Coalition members are states with mandated programs and funding for drycleaner site remedlation. Current members are Alabama, Connecticut, Florida, Illinois, Kansas, Minnesota, Missouri, North Carolina, Oregon, South Carolina, Tennessee, Texas, and Wisconsin. Since 2017, the SCRD no longer maintains this data, refer to applicable state source data where available. Government Publication Date: Nov 08, 2017 /nteorated Compliance Information System (ICIS): ICIS The U.S. Environmental Protection Agency's Enforcement and Compliance History Online system incorporates data from the Integrated Compliance Information System - National Pollutant Discharge Elimination System (ICIS-NPDES). ICIS-NPDES is an information management system maintained by the Office of Compliance to track permit compliance and enforcement status of facilities regulated by the NPDES under the Clean Water Act. This data includes permit, inspection, violation and enforcement action information for applicable ICIS records. Government Publication Date: Oct 15, 2022 Drycleaner Facilities: FED DRYCLEANERS A list of drycleaner facilities from Enforcement and Compliance History Online (ECHO) online search. The Environmental Protection Agency (EPA) tracks facilities that possess NAIC and SIC codes that classify businesses as drycleaner establishments. Government Publication Date: Jun 25, 2022 Delisted Drvcleaner Facilities: DELISTED FED DRY List of sites removed from the list of Drycleaner Facilities (sites in the EPA's Integrated Compliance Information System (ICIS) with NAIC or SIC codes identifying the business as a drycleaner establishment). Government Publication Date: Jun 25, 2022 ;31 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Toxics Release Inventory (TM) Program; TRIS The EPA's Toxics Release Inventory (TRI) is a database containing data on disposal or other releases of over 650 toxic chemicals from thousands of U. S. facilities and information about how facilities manage those chemicals through recycling, energy recovery, and treatment. One of TRI's primary purposes is to inform communities about toxic chemical releases to the environment. Government Publication Date: Aug 24, 2021 Perfluorinated Alkyl Substances (PFAS) Releases: PFAS TRI List of Toxics Release Inventory (TRI) facilities at which the reported chemical is a Per- or polyfluorinated alkyl substance (PFAS) included in the Environmental Protection Agency (EPA)'s consolidated PFAS Master List of PFAS Substances. The EPA's Toxics Release Inventory (TRI) is a database containing data on disposal or other releases of over 650 toxic chemicals from thousands of U.S. facilities and information about how facilities manage those chemicals through recycling, energy recovery, and treatment. Government Publication Date: Aug 24, 2021 PFOA/PFOS Contaminated Sites' PFAS NPL List of National Priorities List (NPL) and related Superfund Altemative Agreement (SAA) sites where PFOA or PFOS contaminants have been found in water and/or soil. The site listing is provided by the Federal Environmental Protection Agency (EPA). Government Publication Date: Oct 4, 2022 Perfluorinated Alkyl Substances (PFAS) Water Quality; PFAS WATER The Water Quality Portal (WQP) is a cooperative service sponsored by the United States Geological Survey (USGS), the Environmental Protection Agency (EPA), and the National Water Quality Monitoring Council (NWQMC). This listing includes records from the Water Quality Portal where the characteristic (environmental measurement) is in the Environmental Protection Agency (EPA)'s consolidated PFAS Master List of PFAS Substances. Government Publication Date: Jul 20, 2020 SSEHRI PFAS Contamination Sites: PFAS SSEHRI This PFAS Contamination Site Tracker database is compiled by the Social Science Environmental Health Research Institute (SSEHRI) at Northeastern University. According to the SSEHRI, the database records qualitative and quantitative data from each known site of PFAS contamination, including timeline of discovery, sources, levels, health impacts, community response, and govemment response. The goal of this database is to compile information and support public understanding of the rapidly unfolding issue of PFAS contamination. All data presented was extracted from govemment websites, news articles, or publicly available documents, and this is cited in the tracker. Disclaimer: The source conveys this database undergoes regular updates as new information becomes available, some sites may be missing and/or contain information that Is incorrect or outdated, as well as their information represents all contamination sites SSEHRI is aware of, not all possible contamination sites. This data is not intended to be used for legal purposes. Limited location details are available with this data. Arrass the following for the most current informations https://pfasproject.com/pfas- contamination-site-tr acker/ Government Publication Date: Dec 12, 2019 National Response Center PFAS Spills: ERNS PFAS National Response Center (NRC) calls from 1990 to the most recent complete calendar year where there is indication of Aqueous Film Forming Foam (AFFF) usage. NRC calls may reference AFFF usage in the "Material Involved" or Incident Description" fields. Data made available by the US Environmental Protection Agency (EPA). Disclaimer: dataset may include initial or misidentified incident data not yet validated or investigated by a federal/state response agency. Government Publication Date: Feb 23, 2022 Hazardous Materials Information Reporting System: HMIRS US DOT - Department of Transportation Pipeline and Hazardous Materials Safety Administration (PHMSA) Incidents Reports Database taken from Hazmat Intelligence Portal, U.S. Department of Transportation. Government Publication Date: Sep 1, 2020 National Clandestine Drug Labs: NCDL The U.S. Department of Justice ("the Department"), Drug Enforcement Administration (DEA), provides this data as a public service. It contains addresses of some locations where law enforcement agencies reported they found chemicals or other items that indicated the presence of either clandestine drug laboratories or dumpsites. In most cases, the source of the entries is not the Department, and the Department has not verified the entry and does not guarantee its accuracy. Government Publication Date: Aug 30, 2022 Toxic Substances Control Act: TSCA 3(1 erisinfo.com l Environmental Risk Information Services Order No: 23013100573 Drownf/elds Site Assessments Database: BROWNFIELDS The Texas Commission on Environmental Quality (TCEQ) Brownfields Site Assessment Program (BSA) layer is used to identify the geographic location of all "Active and Inactive BSA" sites within the State of Texas. Government Publication Date: Oct 3, 2022 Texas Railroad Commission BrownfleIds: BROWN RRC List of sites which have participated or are currently participating in the Railroad Commission of Texas (RRC) Brownfields Response Program (BRP). The RRC BRP provides technical and financial support for redevelopment of abandoned oil and gas sites. Government Publication Date: Nov 14, 2022 Nfunlclnal Setting Designation: MSD Municipal Setting Designations (MSD) list is maintained by Texas Commission on Environmental Quality (TCEQ). An MSD is an official state designation given to property within a municipality or its extraterritorial jurisdiction that certifies that designated groundwater at the property is not used as potable water, and is prohibited from future use as potable water because that groundwater is contaminated in excess of the applicable potable -water protective concentration level. Government Publication Date: Nov 9, 2022 Tribal Leaking Underground Storage Tanks /LUSTsf on Tribal/Indian Lands: INDIAN LUST This list of leaking underground storage tanks (LUSTS) on Tribal/Indian Lands in Region 6, which includes Texas, is made available by the United States Environmental Protection Agency (EPA). Government Pub/katlon Date: Oct 6, 2017 Underground Storage Tanks on Tribal/Indian Lands: INDIAN UST This list of underground storage tanks (USTs) on Tribal/Indian Lands in Region 6, which includes Texas, is provided by the United States Environmental Protection Agency (EPA). Government Publication Date: Nov 23, 2022 Delisted Tribal Leaking Storage Tanks: DELISTED INDIAN LST Leaking Underground Storage Tank (LUST) facilities which once appeared on - and have since been removed from - the Regional Tribal/Indian LUST lists made available by the United States Environmental Protection Agency (EPA). Government Publication Date: Nov 23, 2022 Delisted Tribal Underground Storage Tanks: DELISTED INDIAN UST Underground Storage Tank (UST) facilities which once appeared on - and have since been removed from - the Regional Tribal/Indian UST lists made available by the United States Environmental Protection Agency (EPA). Government Publication Date: Nov 23, 2022 County No County standard environmental record sources available for this State. Additional Environmental Record Sources federal Facility Registry Service/Facility Index: FINDS/FRS The Facility Registry Service (FRS) is a centrally managed database that identifies facilities, sites, or places subject to environmental regulations or of environmental interest. FRS creates high -quality, accurate, and authoritative facility identification records through rigorous verification and management procedures that incorporate information from program national systems, state master facility records, and data collected from EPA's Central Data Exchange registrations and data management personnel. This list is made available by the Environmental Protection Agency (US EPA). Government Publication Date: Nov 2, 2020 29 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Aboveground Storage Tanks; AST List of facilities that have one or more Aboveground Storage Tank (AST)s registered and regulated by the Texas Commission on Environmental Quality (TCEQ) Government Publication Date: Nov 23, 2022 Petroleum Storage Tanks Database: PST List of facilities included on the list of tank facilities made available by the Texas Commission on Environmental Quality (TCEQ) that have no association as either underground or aboveground tanks. Government Publication Date: Nov 23, 2022 Historical Tank Construction Notification: HIST TANK A list of facilities with historic petroleum storage tank construction notification activity made available by the Texas Commission on Environmental Quality (TCEQ). Any person who intends either to install a new or replacement undergound storage tank (UST), to remove a UST from the ground, to conduct a permanent abandonment in -place of a UST, or make any repairs or improvements of a UST must submit a Construction Notification Form. Government Publication Date: Nov 23, 2022 Austin Underground Storage Tanks; UST AUSTIN A list of underground gas storage tanks both current and historical from the City of Austin Open Data Portal. Data provided by Planning and Zoning, City of Austin. Government Publication Date: Jan 17, 2023 Salt Caverns for Petroleum Storage: PETROL CAVERN Listing of salt caverns for petroleum storage, made available by the Railroad Commission of Texas. Salt cavems, constructed in naturally occurring salt domes or salt beds, are used as storage for hydrocarbons including crude oil and natural gases. Government Publication Date: Sep 1, 2006 Delisted Storage Tanks; This database contains a list of storage tank sites that were removed from the Texas Commission on Environmental Quality (TCEQ). Government Publication Date: Jan 17, 2023 Sites with Controls; Sites under several Texas Commission on Environmental Quality (TCEQ) remediation programs which have institutional or engineering controls Government Publication Date: Nov 8, 2022 DTNK AUL Voluntary Cleanup Program• VC? List of sites which have participated or are currently participating in the Voluntary Cleanup Program (VCP) administered by the Texas Commission on Environmental Quality (TCEQ). The VCP provides administrative, technical, and legal incentives to encourage the cleanup of contaminated sites in Texas. Government Publication Date: Nov 21, 2022 Texas Railroad Commission Voluntary Cleanup Program; VCP RRC List of facilities which have participated in or are currently participating in the Voluntary Cleanup Program (VCP) operated by the Railroad Commission of Texas (RRC). The RRC VCP provides an incentive to remediate Oil & Gas related pollution. Government Publication Date: Nov 14, 2022 Operator Cleanup Program; OP CLEANUP A list of sites in the Texas Railroad Commission (RRC)'s Operator Cleanup Program (OCP). The OCP, under the Site Remediation Section, is tasked with oversight of complex pollution cleanups performed by the oil and gas industry. Complex sites include those that occur in sensitive environmental areas as defined by 16 TAC3.91 (SWR 91) and may require site specific cleanup levels based on risk. When cleanup activities are successfully completed by the operator, Commission staff may issue a No Further Action' letter acknowledging completion. Government Publication Date: Dec 9, 2022 Innocent Owner/Operator Program; IOP A list of sites in the Innocent Owner/Operator Program (IOP) made available by Texas Commission of Environmental Quality (TCEQ) . IOP provides certificates to innocent owners or operators whom their properties are contaminated as a result of a release or migration of contaminants from a source or sources not located on the property, and they did not cause or contribute to the source or sources of contamination. Government Publication Date: Nov 9, 2022 erisinfQ.iiom 1 Environmental Risk Information Services Order No:23013100573 Qelisted State SuDerfund Registry List: DELISTED SHWS This database contains a list of closed hazardous substance release sites that were removed from the Texas Commission on Environmental Quality (1 CEQ). Government Publication Date: Dec 9, 2022 Permitted Solid Waste Facilities: SWF/LF List of active, inactive, and post -closure Municipal Solid Waste landfills and processing facilities with issued permits and authorizations, as well as pending, withdrawn, or denied applications registered with the Texas Commission on Environmental Quality (TCEQ) under the Texas Administrative Code (TAC) Title 30 Chapter 330. Government Publication Date: Oct 28, 2022 Closed Landfill Inventory:. cu Inventory of permitted and unauthorized closed or abandoned municipal solid waste landfills throughout Texas compiled by the Texas Commission on Environmental Quality (TCEQ), in collaboration with regional Councils of Government (COG). Government Publication Date: Feb 1, 2022 Houston -Galveston Closed Landfill Inventory: HGAC CLI List of closed and abandoned landfill sites which fall under the Houston Galveston Area Council of Govemment. Texas Councils of Govemments (COGs) are required to maintain an inventory of closed municipal solid waste landfills for their regional solid waste management plans. Government Publication Date: Oct 19, 2022 AACOG Closed Landfill Inventory: AACCG CLI A list of permitted and unpermitted closed landfill sites made available by the Alamo Area Council of Govemments (AACOG). Alamo Area Council of Governments (AACOG) is requested to maintain an inventory of dosed municipal solid waste landfills for their regional solid waste management plans Government Publication Date: Feb 6, 2020 Commercial Management Facilities for Hazardous Waste and Industrial Solid Wastes; This publication lists facilities that have permits or authorizations from the Texas Commission on Environmental Quality (TCEQ) to receive, on a commercial basis, and manage hazardous waste, industrial nonhazardous waste, or both. Government Publication Date: Dec 1, 2020 Industrial and Hazardous Waste - Receivers: IHW RECEIVER List of active, inactive, and post -closure Industrial and Hazardous Waste Receiver Facilities permitted by or registered with the Texas Commission on Environmental Quality (TCEQ) under the Texas Administrative Code (TAC) Title 30 Chapter 335. Government Publication Date: Dec 19, 2022 Radioactive Waste Sites; RWS This Texas Commission on Environmental Quality (TCE)) database contains all sites in the State of Texas designated as Radioactive Waste sites as of 2006. The TCEQ no longer maintains this site listing. Government Publication Date: Jul 11, 2006 Leaking Petroleum Storage Tank Database' LPST List of cleanup sites where contamination was caused by spills, leaks, or other releases of petroleum or hazardous substances from underground and/or aboveground storage tanks regulated by the Texas Commission on Environmental Quality (TCEQ). Government Publication Date: Nov 7, 2022 Delisted Leaking Storage Tanks: DELISTED LST This database contains a list of leaking storage tank sites that were removed from the Texas Commission on Environmental Quality (TCEQ). Government Publication Date: Nov 7, 2022 Underground Petroleum Storage Tanks: UST List of facilities that have one or more Underground Storage Tank (UST)s registered and regulated by the Texas Commission on Environmental Quality (TCEQ). Government Publication Date: Nov 23, 2022 27 orisinfo com Environmental Risk Information Services Order No: 23013100573 Facility Response Plan; FRP List of facilities that have submitted Facility Response Plans (FRP) to EPA. Facilities that could reasonably be expected to cause "substantial harm" to the environment by discharging oil into or on navigable waters are required to prepare and submit Facility Response Plans (FRPs). Harm is determined based on total oil storage capacity, secondary containment and age of tanks, oil transfer activities, history of discharges. proximity to a public drinking water intake or sensitive environments. Government Publication Date: Dec 31, 2021 Delisted Facility Response Plans; DELISTED FRP Facilities that once appeared in - and have since been removed from - the list of facilities that have submitted Facility Response Plans (FRP) to EPA. Facilities that could reasonably be expected to cause 'substantial hams' to the environment by discharging oil Into or on navigable waters are required to prepare and submit Facility Response Plans (FRPs). Harm is determined based on total oil storage capacity, secondary containment and age of tanks, oil transfer activities, history of discharges, proximity to a public dunking water intake or sensitive environments. Government Publication Date: Dec 31, 2021 Historical Gas Stations; HIST GAS STATIONS This histonc directory of service stations is provided by the Cities Service Company. The directory includes Cities Service filling stations that were located throughout the United States in 1930. Government Publication Date: Jul 1, 1930 Petroleum Refineries: REFN List of petroleum refineries from the U.S. Energy Information Administration (EIA) Refinery Capacity Report. Includes operating and idle petroleum refineries (including new refineries under construction) and refineries shut down during the previous year located in the 50 States, the District of Columbia, Puerto Rico, the Virgin Islands, Guam, and other U.S. possessions. Survey locations adjusted using public data. Government Publication Date: Aug 30, 2022 Petroleum Product and Crude Oil Rail Terminals: BULK TERMINAL List of petroleum product and crude oil rail terminals made available by the U.S. Energy Information Administration (EIA). Includes operable bulk petroleum product terminals located in the 50 States and the Distnct of Columbia with a total bulk shell storage capacity of 50,000 barrels or more, and/or the ability to receive volumes from tanker, barge, or pipeline; also rail terminals handing the loading and unloading of crude oil that were active between 2017 and 2018. Petroleum product terminals comes from the EIA-815 Bulk Terminal and Blender Report, which includes working, shell In operation, and shell idle for several major product groupings. Survey locations adjusted using public data. Government Publkatlon Date: Jun 29, 2022 ,LIEN on Property; SEMS LIEN The U.S. Environmental Protection Agency's (EPA) Superfund Enterprise Management System (SEMS) provides Lien details on applicable properties, such as the Superfund lien on property activity, the lien property information, and the parties associated with the lien. Government Publication Date: Nov 23, 2022 Superfund Decision Documents; SUPERFUND ROD This database contains a listing of decision documents for Superfund sites. Decision documents serve to provide the reasoning for the choice of (or) changes to a Superfund Site Geanup plan. The decision documents include Records of Decision (ROD), ROD Amendments, Explanations of Significant Differences (ESD), along with other associated memos and files. This information is maintained and made available by the US EPA (Environmental Protection Agency). Government Publication Date: Sep 28, 2022 State Superfund Sites Boundaries; SUPERFUND List of sites that may constitute an imminent and substantial endangerment to public health and safety or the environment due to a release or threatened release of hazardous substances into the environment provided by the Texas Commission on Environmental Quality (TCEQ). Govemment Publication Date: Aug 10, 2021 State Superfund Registry; SHWS List of sites identified or evaluated by the Texas Commission on Environmental Quality (TCEQ) which may constitute an imminent and substantial endangerment to public health and safety or to the environment due to a release or threatened release of hazardous substances into the environment. The TCEQ updates the state Superfund sites list in accordance with the Texas Health and Safety Code (THSC). This database is state equivalent NPL. Government Publication Date: Nov 29, 2022 erisinfo.com Environmental Risk Information Services Order No: 23013100573 Federal Institutional Controls-iCs: FED INST This list of Institutional controls (ICs) is provided by the United States Environmental Protection Agency (EPA). !Cs are non -engineered instruments, such as administrative and legal controls, that help minimize the potential for human exposure to contamination and/or protect the integrity of the remedy. Although it is EPA's expectation that treatment or engineering controls will be used to address principal threat wastes and that groundwater will be returned to its beneficial use whenever practicable, ICs play an important role in site remedies because they reduce exposure to contamination by limiting land or resource use and guide human behavior at a site. The IC listing includes remedy component data from Superfund decision documents issued In fiscal years 1982-2020 for applicable sites on the final or deleted on the National Priorities List (NPL); and sites with a Superfund Altemative Approach (SAA) Agreement in place. The only sites included that are not on the NPL; proposed for NPL: or removed from proposed NPL, are those with an SAA Agreement in place. Government Publication Date: Dec 22, 2022 Land Use Control Information System: LUCIS The LUCIS database is maintained by the U.S. Department of the Navy and contains information for former Base Realignment and Closure (BRAC) properties across the United States. Government Publication Date: Sep 1, 2006 Institutional Control Boundaries at NPL sites: NPL IC Boundaries of Institutional Control areas at sites on the United States Environmental Protection Agency (EPA)'s National Priorities List, or Proposed or Deleted, made available by the EPA's Shared Enterprise Geodata and Services (SEGS). United States Environmental Protection Agency (EPA)'s National Priorities List of the most serious uncontrolled or abandoned hazardous waste sites identified for possible long-term remedial action under the Superfund program. Institutional controls are non -engineered instruments such as administrative and legal controls that help minimize the potential for human exposure to contamination and/or protect the integrity of the remedy. Government Publication Date: Jul 26, 2022 Emergency Response Notification System' ERNS 1982 TO 1986 Database of oil and hazardous substances spill reports controlled by the National Response Center. The primary function of the National Response Center is to serve as the sole national point of contact for reporting oil, chemical, radiological, biological, and etiological discharges into the environment anywhere in the United States and its temtones. Government Publication Date: 1982-1986 Emergency Response Notification System: ERNS 1987 TO 1989 Database of oil and hazardous substances spill reports controlled by the National Response Center. The primary function of the National Response Center is to serve as the sole national point of contact for reporting oil, chemical, radiological. biological, and etiological discharges into the environment anywhere in the United States and its territories. Government Publication Date: 1987-1989 Emergency Response Notification System: ERNS Database of oil and hazardous substances spill reports made available by the United States Coast Guard National Response Center (NRC). The NRC fields initial reports for pollution and railroad incidents and forwards that information to appropriate federal/state agencies for response. These data contain initial incident data that has not been validated or investigated by a federal/state response agency. Government Publication Date: Nov 6, 2022 The Assessment. Cleanup and RedeyeIoDmentExchaaoe System (ACRES) Brownfield Database: FED BROWNFIELDS Brownfields are real property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. Cleaning up and reinvesting in these properties protects the environment, reduces blight, and takes development pressures off greenspaces and working lands. This data is provided by the United States Environmental Protection Agency (EPA) and includes Brownfield sites from the Cleanups in My Community (CIMC) web application. Government Publication Date: Sep 13, 2022 FEMA Underaround Storaae Tank I istinrt; FEMA UST The Federal Emergency Management Agency (FEMA) of the Department of Homeland Security maintains a list of FEMA owned underground storage tanks. Government Publication Date: Dec 31, 2017 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 RCRA non-CORRACTS TSD Facilities: RCRA TSD RCRA Info is EPA's comprehensive information system, providing access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. This database includes Non -Corrective Action sites listed as treatment, storage and/or disposal facilities of hazardous waste as defined by the Resource Conservation and Recovery Act (RCRA). Govemment Pubikation Date: Nov 7, 2022 RCRA Generator List; RCRA LQG RCRA Info is EPA's comprehensive information system. providing access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. RCRA Info replaces the data recording and reporting abilities of the Resource Conservation and Recovery Information System (RCRIS) and the Biennial Reporting System (BRS). A hazardous waste generator is any person or site whose processes and actions create hazardous waste (see 40 CFR 260.10). Large Quantity Generators (LQGs) generate 1,000 kilograms per month or more of hazardous waste or more than one kilogram per month of acutely hazardous waste. Government Publication Date: Nov 7, 2022 RCRA Small Quentin, Generators List; RCRA SQG RCRA Info is the EPA's comprehensive information system, providing access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. RCRA Info replaces the data recording and reporting abilities of the Resource Conservation and Recovery Information System (RCRIS) and the Biennial Reporting System (BRS). A hazardous waste generator is any person or site whose processes and actions create hazardous waste (see 40 CFR 260.10). Small Quantity Generators (SQGs) generate more than 100 kilograms, but less than 1,000 kilograms, of hazardous waste per month. Govemment Publication Date: Nov 7, 2022 RCRA Very Small Quantity Generators Llst(( RCRA VSQG RCRA Info is the EPA's comprehensive information system, providing access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) o1 1984. A hazardous waste generator is any person or site whose processes and actions create hazardous waste (see 40 CFR 260.10). Very Small Quantity Generators (VSQG) generate 100 kilograms or Tess per month of hazardous waste, or one kilogram or less per month of acutely hazardous waste. Additionally, VSQG may not accumulate more than 1,000 kilograms of hazardous . waste at any time. Government Publkatlon Date: Nov 7, 2022 RCRA Non -Generators; RCRA NON GEN RCRA Info is EPA's comprehensive information system. providing access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. RCRA Info replaces the data recording and reporting abilities of the Resource Conservation and Recovery Information System (RCRIS) and the Biennial Reporting System (BRS). A hazardous waste generator is any person or site whose processes and actions create hazardous waste (see 40 CFR 260.10). Non -Generators do not presently generate hazardous waste. Government Pubikation Date: Nov 7, 2022 RCRA Sites with Controls; RCRA CONTROLS List of Resource Conservation and Recovery Act (RCRA) facilities with institutional controls in place. RCRA gives the U.S. Environmental Protection Agency (EPA) the authority to control hazardous waste from the 'cradle -to -grave.' This includes the generation, transportation, treatment, storage, and disposal of hazardous waste. RCRA also set forth a framework for the management of non -hazardous solid wastes. The 1986 amendments to RCRA enabled EPA to address environmental problems that could result from underground tanks storing petroleum and other hazardous substances. Government Publication Date: Nov 7, 2022 Federal Enalneerina Controls-ECs: FED ENG This list of Engineering controls (ECs) is provided by the United States Environmental Protection Agency (EPA). ECs encompass a variety of engineered and constructed physical barriers (e.g., soil capping, sub -surface venting systems, mitigation barriers, fences) to contain and/or prevent exposure to contamination on a property. The EC listing includes remedy component data from Superfund decision documents issued in fiscal years 1982-2020 for applicable sites on the final or deleted on the National Priorities List (NPL); and sites with a Superfund Altemative Approach (SAA) Agreement in place. The only sites included that are not on the NPL; proposed for NPL; or removed from proposed NPL, are those with an SAA Agreement in place. Government Publication Date: Dec 22, 2022 24 crisinfo.com I Environmental Risk Information Services Order No: 23013100573 SEMS List 8R Active Site Inventory; SEr,is The U.S. Environmental Protection Agency's (EPA) Superfund Program has deployed the Superfund Enterprise Management System (SEMS), which integrates multiple legacy systems into a comprehensive tracking and reporting tool. This inventory contains active sites evaluated by the Superfund program that are either proposed to be or are on the National Priorities List (NPL) as well as sites that are in the screening and assessment phase for possible inclusion on the NPL. The Active Site Inventory Report displays site and location information at active SEMS sites. An active site is one at which site assessment, removal, remedial, enforcement, cost recovery, or oversight activities are being planned or conducted. This data includes SEMS sites from the List 8R Active file as well as applicable sites from the SEMS GIS/REST file layer obtained from EPA's Facility Registry Service. Government Publication Date: Nov 23, 2022 SEMS List 8R Archive Sites; SEMS ARCHIVE The U.S Environmental Protection Agency's (EPA) Superfund Enterprise Management System (SEMS) Archived Site Inventory displays site and location informat.on at sites archived from SEMS. An archived site is one at which EPA has determined that assessment has been completed and no further remedial action is planned under the Superfund program at this time. This data includes sites from the List 8R Archived site file. Government Publication Date: Nov 23, 2022 Inventory of Open Dumps. June 1985: ODI The Resource Conservation and Recovery Act (RCRA) provides for publication of an inventory of open dumps. The Act defines "open dumps" as facilities which do not comply with EPA's 'Criteria for Classification of Solid Waste Disposal Facilities and Practices" (40 CFR 257). Government Publication Date: Jun 1985 EPA Report on the Status of Open Dumps on Indian Lands; IODI Public Law 103-399, The Indian Lands Open Dump Cleanup Act of 1994, enacted October 22, 1994, identified congressional concerns that solid waste open dump sites located on American Indian or Alaska Native (Al/AN) lands threaten the health and safety of residents of those lands and contiguous areas. The purpose of the Act is to identify the location of open dumps on Indian lands, assess the relative health and environment hazards posed by those sites, and provide financial and technical assistance to Indian tribal govemments to close such dumps in compliance with Federal standards and regulations or standards promulgated by Indian Tribal govemments or Alaska Native entities. Government Publication Data: Dec 31, 1998 Comprehensive Environmental Respore, Compensation and Liability Information System - CERCLIS CERCLIS: Superfund ;s a program administered by the United States Environmental Protection Agency (EPA) to locate, investigate, and clean up the worst hazardous waste sites throughout the United States. CERCLIS is a database of potential and confirmed hazardous waste sites at which the EPA Superfund program has some involvement. It contains sites that are either proposed to be or are on the National Priorities List (NPL) as well as sites that are in the screening and assessment phase for possible inclusion on the NPL. The EPA administers the Superfund program in cooperation with individual states and tribal govemments, this database is made available by the EPA. Government Publication Date: Oct 25, 2013 CERCLIS - No Further Remedial Action Planned; CERCLIS NFRAP An archived site is one at which EPA has determined that assessment has been completed and no further remedial action is planned under the Superfund program at this time. The Archive designation means that. to the best of EPA's knowledge, assessment at a site has been completed and that EPA has determined no further steps will be taken to 1st this site on the National Priorities List (NPL). This decision does not necessarily mean that there is no hazard associated with a given site: it only means that, based upon available information, the location is not judged to be a potential NPL site. Government Publication Date: Oct 25, 2013 CERCLIS Liens: CERCLIS LIENS A Federal Superfund lien exists at any property where EPA has incurred Superfund costs to address contamination ("Superfund site') and has provided notice of liability to the property owner. A Federal CERCLA ("Superfund") lien can exist by operation of law at any site or property at which EPA has spent Superfund monies. This database is made available by the United States Environmental Protection Agency (EPA). This database was provided by the United States Environmental Protection Agency (EPA). Refer to SEMS LIEN as the current data source for Superfund Liens. Government Publication Date: Jan 30, 2014 RCRA CORRACTS-Corrective Action: RCRA CORRACTS RCRA Info is EPA's comprehensive information system, providing access to data supporting the Resource Conservation and Recovery Act (RCRA) of 1976 and the Hazardous and Solid Waste Amendments (HSWA) of 1984. At these sites, the Corrective Action Program ensures that cleanups occur. EPA and state regulators work with facilities and communities to design remedies based on the contamination, geology, and anticipated use unique to each site. Government Publication Date: Nov 7, 2022 23 crisinfo coin I Environmental Risk Information Services Order No: 23013100573 Appendix: Database Descriptions Environmental Risk Information Services (ERIS) can search the following databases. The extent of historical information varies with each database and current information is determined by what is publicly available to ERIS at the time of update. ERIS updates databases as set out in ASTM Standard E1527-13 and E1527-21, Section 8.1.8 Sources of Standard Source Information: "Government information from nongovemmental sources may be considered current if the source updates the information at least every 90 days, or, for information that is updated less frequently than quarterly by the govemment agency, within 90 days of the date the govemment agency makes the information available to the public." Standard Environmental Record Sources Federal Formerly Utilized Sites Remedial Action Program; DOE FUSRAP The U.S. Department of Energy (DOE) established the Formerly Utilized Sites Remedial Action Program (FUSRAP) in 1974 to remediate sites where radioactive contamination remained from the Manhattan Project and early U.S. Atomic Energy Commission (AEC) operations. The DOE Office of Legacy Management (LM) established long-term surveillance and maintenance (LTS&M) requirements for remediated FUSRAP sites. DOE evaluates the final site conditions of a remediated site on the basis of risk for different future uses. DOE then confirms that LTS&M requirements will maintain protectiveness. Government Publication Date: Mar 4, 2017 National Priority List: NPL Sites on the United States Environmental Protection Agency (EPA)'s National Priorities List of the most serious uncontrolled or abandoned hazardous waste sites identified for possible long-term remedial action under the Superfund program. The NPL, which EPA is required to update at least once a year, is based primarily on the score a site receives from EPA's Hazard Ranking System. A site must be on the NPL to receive money from the Superfund Trust Fund for remedial action. Sites are represented by boundaries where available in the EPA Superfund Site Boundaries maintained by the Shared Enterprise Geodata and Services (SEGS). Site boundaries represent the footprint of a whole site, the sum of all of the Operable Units and the current understanding of the full extent of contamination; for Federal Facility sites, the total site polygon may be the Facility boundary. Where there is no polygon boundary data available for a given site, the site is represented as a point. Government Publication Date: Jul 26, 2022 National Priority List - Proposed: PROPOSED NPL Sites proposed - by the EPA, the state agency, or concemed citizens - for addition to the NPL due to contamination by hazardous waste and identified by the Environmental Protection Agency (EPA) as a candidate for cleanup because it poses a risk to human health and/or the environment. Sites are represented by boundaries where available in the EPA Superfund Site Boundaries maintained by the Shared Enterprise Geodata and Services (SEGS). Site boundaries represent the footprint of a whole site. the sum of all of the Operable Units and the current understanding of the full extent of contamination; for Federal Facility sites, the total site polygon may be the Facility boundary. Where there is no polygon boundary data available for a given site, the site Is represented as a point. Government Publication Date: Jul 26, 2022 Deleted NPL; DELETED NPL Sites deleted from the United States Environmental Protection Agency (EPA)'s National Priorities List. The National Oil and Hazardous Substances Pollution Contingency Plan (NCP) establishes the criteria that the EPA uses to delete sites from the NPL. In accordance with 40 CFR 300.425.(e), sites may be deleted from the NPL where no further response is appropriate. Sites are represented by boundaries where available in the EPA Superfund Site Boundaries maintained by the Shared Enterprise Geodata and Services (SEGS). Site boundaries represent the footprint of a whole site, the sum of all of the Operable Units and the current understanding of the full extent of contamination; for Federal Facility sites, the total site polygon may be the Facility boundary. Where there is no polygon boundary data available for a given site, the site is represented as a point. Government Publication Date: Jul 26, 2022 22 erisinfo.com [ Environmental Risk Information Services Order No: 23013100573 Unplottable Report No unplottable records were found that may be relevant for the search criteria. erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Total: 0 Unplottabie sites DB Unplottable Summary Company Name/Site Address Name No unplottable records were found that may be relevant for the search criteria. 20 City Zip ERIS ID erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Map Key Number of Direction Distance Elev/Diff Site DB Records (mi/ft) (ft) Failed Validation: Fac Country: USA Fac County: PARKER Lat/Long Loc Des: WL - Well Submitted by: Steve O'Connell F Notes: Chemicals in Inventory (2010) CICAS: Days on Site: 365 Entered Chem Name: HYDROCARBON OILS Gas: T Ave Amount Code: 5 Liquid: T Ave Amount: Mixture: T Max Amount: Pressure: T Max Amount Code: 5 Pure: Max Amt Container: Solid: 4 2 of 2 N 0.10 i 944.06 / DEVON ENERGY -VEALE RANCH 551.99 -8 24H SEE LAT/LONG FORT WORTH TX 76126 Facility Record ID: FATR20115NHAA03CV0QH Latitude: Report Year: 2011 Longitude: Fac Fire District: BENBROOK FIRE DEPARTMENT Let/long Method: No of Employees: Facility: Facility Name: DEVON ENERGY - VEALE RANCH 24H Failed Validation: Fac Country: USA Fac County: PARKER Lat/Long Loc Des: WL - Well Submitted by: Steven C. O'Connell F Notes: Chemicals in Inventory (2011 Pan 1l 32.66118 -97.54836 C/CAS: Days on Site: 365 Entered Chem Name: HYDROCARBON OILS Gas: T Ave Amount Code: 5 Liquid: T Ave Amount: Mixture: T Max Amount: Pressure: T Max Amount Code: 5 Pure: Max Amt Container: Solid: 19 TIER 2 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Map Key Number of Direction Distance Elev/Diff Site DB Records (mifft) (ft) 2 2 of 2 SE 0.07 / 957.13 / VEALE RANCH 4H 356.23 5 None Given Rural TX 11111 Facility Record ID: FATR20085NHACG42Y5EY Latitude: Report Year: 2008 Longitude: Fac Fire District: Lat/long Method: No of Employees: Facility: Facility Name: VEALE RANCH 4H Failed Validation: Fac Country: USA Fac County: Tarrant County Lat/Long Loc Des: Submitted by: Steven C. O'Connell F Notes: Chemicals In inventory 12008) 32.6582 -97.5475 CICAS: Days on Site: 365 Entered Chem Name: Produced Hydrocarbons Gas: T Ave Amount Code: 05 Liquid: T Ave Amount: Mixture: T Max Amount: Pressure: T Max Amount Code: 05 Pure: Max Amt Container: Solid: TIER 2 3 1 of 1 S 0.07! 961.18 / DEVON ENERGY- VEALE RANCH 376.00 9 45H SEE LAT/LONG Fort Worth TX 76126 Facility Record ID: FATR201293J9EG2FTW32 Latitude: Report Year: 2012 Longitude: Fac Fire District: Benbrook Fire Department Lat/long Method: No of Employees: Facility: Facility Name: DEVON ENERGY - VEALE RANCH 45H Failed Validation: Fac Country: USA Fac County: TARRANT Lat/Long Loc Des: WL - Well Submitted by: SCOTT BABER F Notes: Chemicals in Inventory12012 Part 2) Chemicals in Inventory (2012 Part 2) 32.65794 -97.54809 TIER 2 4 1 of 2 N 0.10 / 944.06 / DEVON ENERGY - VEALE RANCH 551.99 -8 24H SEE LAT/LONG FORT WORTH 7X 76126 Facility Record ID: FATR20105NHAAO3CVOQH Latitude: Report Year: 2010 Longitude: Fac Fire District: BENBROOK FIRE DEPARTMENT Lat/long Method: No of Employees: Facility: Facility Name: DEVON ENERGY - VEALE RANCH 24H 18 32.66118 -97.54836 TIER 2 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Detail Report Map Key Number of Direction Distance Elev/Dlff Site Records (mi/ft) (ft) DB 1 1 of 1 S 0.07 / 960.68 / DEVON ENERGY -VEALE RANCH 355.20 8 46H SEE LAT/LONG Fort Worth TX 76126 Facility Record ID: FATR201293J9EH2G4WFO Latitude: Report Year: 2012 Longitude: Fac Fire District: Benbrook Fire Department Lat/long Method: No of Employees: Facility: Facility Name: DEVON ENERGY - VEALE RANCH 46H Failed Validation: Fac Country: USA Fac County: TARRANT Lat/Long Loc Des: WL - Well Submitted by: SCOTT BABER F Notes: Chemicals in Inventory (2012 Part 2) Chemicals In Inventory (2012 Part 2) 32.65799 -97.54813 TIER 2 1 of 2 SE 0.07 / 957.13 / VEALE RANCH 4H 356.23 5 None Given Rural TX 11111 Facility Record ID: FATR20075NHACG42Y5EY Latitude: Report Year: 2007 Longitude: Fac Fire District: Lat/long Method: No of Employees: Facility: Facility Name: VEALE RANCH 4H Failed Validation: Fac Country: USA Fac County: Tarrant County Lat/Long Loc Des: Submitted by: Steven C. O'Connell F Notes: Chemicals in Inventory(2007i CICAS: Entered Chem Name: Produced Hydrocarbons Ave Amount Code: 05 Ave Amount: Max Amount: Max Amount Code: 05 Max Amt Container: 32.6582 -97.5475 Days on Site: 365 Gas: T Liquid: T Mixture: T Pressure: T Pure: Solid: TIER 2 17 erisinfo corn I Environmental Risk Information Services Order No: 23013100573 Topographic Map Year: 2016 Address: Approx 1-Acre Property, TX Quadrangle(s): Aledo, TX Source: USGS Topographic Map 7 Order Number: 23013100573 ERIS © ERIS Information Inc. z Aerial Year: 2022 Address: Approx 1-Acre Property, Fort Worth, TX Source: ESRI World Imagery 1 Mce�L Cr-?dits: Source: Esri, Maxar, star pphics, and the C m ► i^or lmun y, •1:10000 Order Number: 23013100573 E R © ERIS Information Inc. f f 1 1 1 1 • 1 1 1 1 1 • • • • • • • • • • • ♦ ♦ • ♦ ♦ ♦ • ♦ • I / • • f f 1 1 1 1 • • • • • ♦ • ♦ ♦• • 0.08 0.04 0 ♦ • • •• Miles 0.08 ♦ • ^^1 3 •• •• ♦ ♦ 2 •• • • •• •�• so • • ♦♦ • ♦ • ♦ • 11 • • ♦ i\� , ♦• • • • • • • • • • • • • • • • • 1 • • • • 1 1 1 1 1 1 1 1 1 • 1 f f f f 1 • • / / I f I / ♦♦ / • • • • ♦ • •• • • 1:5100 Map: 0.25 Mile Radius Order Number, 23013100573 Address: Approx 1-Acre Property, Fort Worth, TX El Project Property j Buffer outline A Sitees with Higher Elevation r— Freeways; Highways • Sites with Same Elevation tM.Traffic Circle; Ramp V Sites with Lower Elevation Major & Minor Arterial Sites with Unknown Elevation Nees with Higher Elevation Traffic Circle; Ramp Local Road ® Areas with Same Elevation QAreas with Lower Elevation QAreas with Unknown Elevation —f— Rai State Country — National Wetland I%) Indian Reserve land Plume �A 100 Year Flood Zone 7A 500 Year Flood Zona E R I S FWS Special Designation Areas — National Priorities List (Active, Delisted, Proposed, Institutional Control) Source: © 2021 ESRI StreetMap Premium © ERIS Information Inc. • • • • • • • f • • • • 1 • • 1 1 1 1 • • • • • ♦ • / • • • • ♦ • • • . e • ao • Cr • eehlt Rd • • • • • •- I • r• • 17 '9 • / 1 • • • • • • ♦ • • • •- •- • I I • • 1 1 • • • • ♦ ♦ • • • ♦- Miles 0.15 0.075 0 0.15 Map: 0.5 Mile Radius Order Number. 23013100573 Address: Approx 1-Acre Property, Fort Worth, TX O Project Property i 7 ' Buffer outline L Sites with Higher Elevation Freeways; Highways at L l 4 -- so wa - • , • • • •• • • ♦ • • • I • i6\ • I • ----•• • •• • •• 00_ • •• • . • • • • • • ♦ • • • 1 1 I / I I • I • •• • •• •• • • • . •i • • • tt ♦ ♦ ♦ • • • • • • • • • • • • • • 1:9800 • • • • • • 1 • • Sites with Same Elevation V Sites with Lower Elevation 0 Sites with Unknown Elevation Areas with Higher Elevation ® Areas with Same Elevation Areas with Lower Elevation Areas with Unknown Elevation t— Traffic Circle; Ramp - Major & Minor Arterial - Traffic Circle; Ramp .) Local Road —1Ral State Country _ Nations! Wetland V/A Indan Reams Land �1 Plume 12Z 100 Year Flood Zone �� 500 Year Flood Zone ERIS'' FWS Special Designation Areas _ National Priorities List (Active, Delisted, Proposed. Institutional Control) Source: © 2021 ESRI StreetMap Premium © ERIS Information Inc. ♦ • • • • a r C I 0 1 0 I0j ro .'o• Ps I I 1 • • r, • • • . • • ♦ ♦ • ♦ • • • • • • • • • • 1 • 1 1 I Algid- • r co a • • • • • • • -• • • • • • • • • •• • f. • . • I • • • I • • • • • - • • • . - • am rj • 1 • I rD 1 a . ILLS, ♦ • • • • - • • • • • • Miles 0.3 •• • • Map: 1.0 Mile Radius Order Number: 23013100573 Address: Approx 1-Acre Property, Fort Worth, TX ni Project Property t • 1 Buffer Outline A Sites with Higher Elevation M. Freeways; Highways El Sites with Same Elevation V Sites with Lower Elevation Sites with Unknown Elevation Areas with Higher Elevation ® Areas with Same Elevation QAreas with Lower Elevation QAreas with Unknown Elevation i Traffic Circle; Ramp Major & Minor Arterial Traffic Clyde: Ramp Local Road —i— Rol •• •• • • •• •• • , • • • • • • • ♦ • 1 1 I • • • I • • • •- lr • • . • • I a 1 • • ••-` .• .• .• • • .• • I•• \ �I Bella Brezza Or Milano Ct sj 1 • I • I • •♦ • State Country _ National Wetland Indian Reserve Land Plume 100 Year Flood Zone 500 Year Flood Zone • • • • • • • E R S FWS Special Designation Areas _ National Priorities List (Active, Delisted, Proposed, Institutional Control) z c Source: © 2021 ESRI StreetMap Premium © ERIS Information Inc. Executive Summary: Summary by Data Source Non Standard State TIER 2 - Tier-2 Report A search of the TIER 2 database, dated Dec 31, 2012 has found that there are 6 TIER 2 site(s) within approximately 0.12 miles of the project property. Equal/Higher Elevation Address Direction Distance (mi/ftl Map Key DEVON ENERGY - VEALE SEE LAT/LONG S 0.07 / 355.20 1 RANCH 46H Fort Worth TX 76126 VEALE RANCH 4H VEALE RANCH 4H DEVON ENERGY - VEALE RANCH 45H None Given Rural TX 11111 None Given Rural TX 11111 SEE LAT/LONG Fort Worth TX 76126 SE SE 0.07 / 356.23 2 0.07 / 356.23 2 0.07 / 376.00 3 Lower Elevation Address Direction Distance (mi/ftl Mao Key DEVON ENERGY - VEALE SEE LAT/LONG N 0.10 / 551.99 4 RANCH 24H FORT WORTH TX 76126 — DEVON ENERGY - VEALE RANCH 24H 11 SEE LAT/LONG FORT WORTH TX 76126 0.10 / 551.99 4 erisinfo corn I Environmental Risk Information Services Order No: 23013100573 Executive Summary: Site Report Summary - Surrounding Properties Map DB Company/Site Name Address Direction Distance Eiev DM Page Key (mUit) (ft) Number 1 TIER DEVON ENERGY - SEE LAT/LONG S 0.07 / 8 17 2 VEALE RANCH 46H Fort Worth TX 76126 355.20 2 TIER VEALE RANCH 4H None Given SE 0.07 / 5 17 — 2 Rural TX 11111 356.23 2 TIER VEALE RANCH 4H None Given SE 0.07 / 5 18 — 2 Rural TX 11111 356.23 3 TIER DEVON ENERGY - SEE LAT/LONG S 0.07 / 9 18 — 2 VEALE RANCH 45H Fort Worth TX 76126 376.00 4 TIER DEVON ENERGY - SEE LAT/LONG N 0.10 / -8 18 — 2 VEALE RANCH 24H FORT WORTH TX 76126 551.99 4 TIER DEVON ENERGY - SEE LAT/LONG N 0.10 / -8 19 2 VEALE RANCH 24H FORT WORTH TX 76126 551.99 erisinfo.com Environmental Risk Information Services Order No: 23013100573 Executive Summary: Site Report Summary - Project Property Map DB Company/Site Name Address Direction Distance Elev Diff Page Key (m!/ft) (ft) Number No records found in the selected databases for the project property. erisinfo com I Environmental Risk Information Services Order No: 23013100573 Database Searched Search Project Within 0.125m1 0.25m1 to O.50mi to Total Radius Property 0.12m1 to 0.25m1 0.50m1 1.00mi Total: 0 6 0 0 0 6 • PO - Property Only 'Property and adjoining properties' database search radii are set at 0.25 mffes. erisinfo.corn I Environmental Risk Information Services Order No: 23013100573 Database MRDS LM SITES ALT FUELS AFS CONSENT DECREES SSTS PCBT PCB State PRIORITY CLEAN DRYCLEANERS DELISTED DRYCLEANERS GWCC GWCC HIST APAR SPILLS PFAS IHW CORR ACTION LAND APPL NOV NOE LIENS ORD HIST RCRA GEN RTOL UIC IHW GENERATOR IHW TRANSPORT AIR PERMITS EMISSIONS TIER 2 EDWARDS AQUIFER Searched Search Project Within 0.125m1 0.25m1 to 0.50m1 to Total Radius Property 0.12m/ to 0.25m1 0.50mi 1.00m1 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y 0.25 0 0 0 0 Y PO 0 - 0 Y 0.25 0 0 0 - - 0 Y 0.25 0 0 0 - 0 Y 0.5 0 0 0 0 - 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 Y 0.25 0 0 0 - Y 0.25 0 0 0 Y 0.125 0 0 Y 0.125 0 0 Y 0.5 0 0 0 0 Y 0.125 0 0 Y 0.5 0 0 0 0 Y 1 0 0 0 0 Y 0.25 0 0 0 Y 0.25 0 0 0 Y 0.25 0 0 0 Y PO 0 Y 0.25 0 0 0 Y 0.125 0 0 - Y 0.25 0 0 0 Y 0.25 0 0 0 Y 0.125 0 0 - Y 0.125 0 0 - Y 0.25 0 0 0 - Y 0.25 0 0 0 - Y 0.125 0 6 - Y PO 0 - 0 Tribal No Tribal additional environmental record sources available for this State. County 7 No County additional environmental record sources available for this State. erisinfo.com 1 Environmental Risk Information Services Order No: 23013100573 Database Searched Search Project Within 0.125mi 0.25mi to 0.50m1 to Total Radius Property 0.12m1 to 0.25m1 0.50m1 1.O0mi Y 0.5 0 0 0 0 0 MSD Tribal Y 0-5 0 0 n 0 - 0 INDIAN LUST Y 0.25 0 0 0 0 INDIAN UST Y 0.5 0 ^ 0 0 DELISTED INDIAN LST Y 0.25 0 0 0 - 0 DELISTED INDIAN UST County Additional Environmental Records Federal FINDS/FRS TRIS PFAS TRI PFAS NPL PEAS WATER PFAS SSEHRI ERNS PFAS HMIRS NCDL TSCA HIST TSCA FITS ADMIN FTTS INSP PRP SCRD DRYCLEANER ICIS FED DRYCLEANERS DELISTED FED DRY FUDS FORMER NIKE PIPELINE INCIDENT MLTS HIST MLTS MINES SMCRA No County standard environmental record sources available for this State. Y PO 0 - 0 Y PO 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 - 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.125 0 0 - - 0 Y 0.125 0 0 - 0 Y 0.125 0 0 0 Y 0.125 0 0 - 0 Y PO 0 0 Y PO 0 - 0 Y PO 0 - 0 Y 0.5 0 0 0 0 0 Y PO 0 - - 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 - - 0 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y PO 0 0 Y PO 0 0 Y PO 0 - - 0 Y 0.25 0 0 0 - - 0 Y 1 0 0 0 0 0 0 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Database FRP DELISTED FRP HIST GAS STATIONS REFN BULK TERMINAL SEMS LIEN SUPERFUND ROD State SUPERFUND SHWS DELISTED SHWS SWFILF CLI HGAC CLI AACOG CLI IHW IHW RECEIVER RWS LPST DELISTED LST UST AST PST HIST TANK UST AUSTIN PETROL CAVERN DTNK AUL VCP VCP RRC OP CLEANUP 10P BROWNFIELDS BROWN RRC Searched Search Project Within 0.125m1 0.25mi to O.50m1 to Total Radius Property 0.12m1 to 0.25mi 0.50mi 1.00mi Y 0.25 0 0 0 0 Y 0.25 0 0 0 - - 0 Y 0.25 0 0 0 - - 0 Y 0.25 0 0 0 - 0 Y 0.25 0 0 0 - 0 Y PO 0 0 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.25 0 0 0 - 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 - 0 Y 0.5 0 0 0 0 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 - 0 Y 0.25 0 0 0 - 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 - 0 Y 0.5 0 0 0 0 - 0 erisinfo.com 1 Environmental Risk Information Services Order No: 23013100573 Executive Summary: Report Summary Database Standard Environmental Records Federal DOE FUSRAP NPL PROPOSED NPL DELETED NPL SEMS SEMS ARCHIVE ODI IODI CERCLIS CERCLIS NFRAP CERCLIS LIENS RCRA CORRACTS RCRA TSD RCRA LOG RCRA SOG RCRA VSOG RCRA NON GEN RCRA CONTROLS FED ENG FED INST LUCIS NPL IC ERNS 1982 TO 1986 ERNS 1987 TO 1989 ERNS FED BROWNFIELDS FEMA UST Searched Search Project Whhln 0.125mi 0.25a0 to O.50m1 to Total Radius Property 0.12m1 to 0.25m1 0.50m1 1.00m1 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y 1 0 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y PO 0 0 Y 1 0 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 0 Y 0.25 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y 0.5 0 0 0 0 0 Y PO 0 0 Y PO 0 0 Y PO 0 0 Y 0.5 0 0 0 0 0 Y 0.25 0 0 0 0 erisinfo.com I Environmental Risk Information Services Order No: 23013100573 Property Information; Project Property: Project No: Coordinates: Elevation: Order Information; Executive Summary Westside IV EST Site Approx 1-Acre Properly Fort Worth TX B2300885 Latitude: 32.65930926 Longitude: -97.54824164 UTM Northing: 3,614,449.85 UTM Easting: 636,142.16 UTM Zone: UTM Zone 14S 953 FT Order No: 23013100573 Date Requested: January 31, 2023 Requested by: Braun Intertec Corporation Report Type: Database Report Historlcals/Products: ERIS Xplorer ERIS Xplorer Excel Add -On Excel Add -On Physical Setting Report (PSR) Physical Setting Report (PSR) erisinfo.conl I Environmental Risk Information Services Order No: 23013100573 Table of Contents Table of Contents 2 Executive Summary 3 Executive Summary: Report Summary 4 Executive Summary: Site Report Summary - Project Property 9 Executive Summary: Site Report Summary - Surrounding Properties 10 Executive Summary: Summary by Data Source 11 Map 12 Aerial 15 Topographic Map 16 Detail Report 17 Unplottable Summary 20 Unplottable Report 21 Appendix: Database Descriptions 22 Definitions 37 Notice: IMPORTANT LIMITATIONS and YOUR LIABILITY Reliance on information in Report: This report DOES NOT replace a full Phase I Environmental Site Assessment but is solely intended •.o be used as database review of environmental records. License for use of information in Report: No page of this report can be used without this cover page, this notice and the project property identifier. The information in Report(s) may not be modified or re -sold. Your Liability for misuse: Using this Service and/or its reports in a manner contrary to this Notice or your agreement will be in breach of copyright and contract and ERIS may obtain damages for such mis-use, including damages caused to third parties, and gives ERIS the right to terminate your account, rescind your license to any previous reports and to bar you from future use of the Service. No warranty of Accuracy or Liability for ERIS: The information contained in this report has been produced by ERIS Information Inc. ("ERIS') using various sources of information, including information provided by Federal and State govemment departments. The report applies only to the address and up to the date specified on the cover of this report, and any alterations or deviation from this description will require a new report. This report and the data contained herein does not purport to be and does not constitute a guarantee of the accuracy of the information contained herein and does not constitute a legal opinion nor medical advice. Although ERIS has endeavored to present you with information that is accurate, ERIS disclaims, any and all liability for any errors, omissions, or inaccuracies in such information and data, whether attributable to inadvertence, negligence or otherwise, and for any consequences arising therefrom. Liability on the part of ERIS is limited to the monetary value paid for this report Trademark and Copyright: You may not use the ERIS trademarks or attribute any work to ERIS other than as outlined above. This Service and Report (s) are protected by copyright owned by ERIS Information Inc. Copyright in data used in the Service or Report(s) (the "Data") is owned by ERIS or its licensors. The Service, Report(s) and Data may not be copied or reproduced in whole or in any substantial part without prior written consent of ERIS. erisinfo.com I Environmental Risk Information Services Order No: 23013100573 DATA BAS E REPORT Project Property: Project No: Report Type: Order No: Requested by: Date Completed: Westside IV EST Site Approx 1-Acre Property Fort Worth TX B2300885 Database Report 23013100573 Braun Intertec Corporation February 2, 2023 Environmental Risk Information Services A division of Glacier Media Inc. 1.866.517.5204 info®erisinfo.com erisinfo.com Appendix E Environmental Database Report BRAUN INTERTEC References ASTM Standard E1527-13, Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process, ASTM International, West Conshohocken, PA., 2013. www.astm.org. ASTM Standard E1527-21, Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process, ASTM International, West Conshohocken, PA., 2021. www.astm.org. Environmental Protection Agency, 40 CFR Part 312 Standards and Practices for All Appropriate Inquiries, Final Rule, Vol. 70, No. 210, Tuesday, November 1, 2005, Rules and Regulations. Regulatory and historical source references obtained from ERIS. Texas Water Development Board, Online Interactive Water Data Viewer: https://www3.twdb.texas.gov/apps/waterdatainteractive/groundwaterdataviewer United States Department of Agriculture, Natural Resources Conservation Service, Web Soil Survey: http://websoilsurvey.nres.usda.gov/app/HomePaee.htm. United States Geologic Survey (USGS) Interactive Map, Sherman Sheet: https://txpub.usgs.gov/txgeology/ BRAUN INTERTEC Appendix D References BRAUN INTERTEC Improvement Market Land Market Total Market Total Appraised+ Pending indicates that the property record has not yet been completed for the indicated tax year + Appraised value may be less than market value due to state - mandated limitations of value increases q Exemptions AGRICULTURAL 1D1 23.51 Per Texas Property Tax Code Section 25.027, this website does not include exemption information indicating that a property owner is 65 years of age or older CONTACT BUSINESS HOURS Tarrant Appraisal District 2500 Handley-Ederville Road Fort Worth, Texas 76118-6909 (817) 284-0024 © 2023 Tarrant Appraisal District Monday - Friday 8:00am - 5:00pm Current Owner: TRT LAND INVESTORS LLC Primary Owner Address: 4001 MAPLE AVE STE 600 DALLAS, TX 75219 Deed Date: 8/24/2021 Deed Volume: Deed Page: Instrument: D221245221-1 $ Values This information is intended for reference only and is subject to change. It may not accurately reflect the complete status of the account as actually carried in TAD's database. Tarrant County Tax Office Account Information Year 2023 Improvement Market Fending Land Market Pending Total Market Pending Total Appraised+ Pending Year 2022 Improvement Market $0 Land Market $6,870,598 Total Market $6,870,598 Total Appraised+ $60,665 1B BAL IN PARKER Jurisdictions: TARRANT COUNTY EMERGENCY SVCS DIST #1 TARRANT COUNTY HOSPITAL TARRANT COUNTY COLLEGE ALEDO ISD State Code: D1 Year Built: 0 A ent: RYAN LLC C00320) Site Number: 80006863 Site Name: LANE, HENRY SURVEY Abstract 1991P Tract IC BAL IN PARKER Site Class: ResAg - Residential - Agricultural Parcels: 1 Approximate Size : 0 Land Sqft : 41,945,797 Land Acres : 962.9430 Pool: N Notice Sent: 1/1/1900 Notice Value: $0 Protest Deadline: 1/1/1900 Rendition Received: 1/1/1900 Rendition Worked: Y Rendition Extension Date: 1/1/1900 Rendition Penalty: Y +++ Rounded * This represents one of a hierarchy of possible values ranked in the following order: Recorded, Computed, System, Calculated • Owner Information ioi Location • 32°39'46.6"N 97°32'20.5"W Aledo Independent School District, TX View larger map Directions Go gle Map data ©2023 Report a map error This map, content, and Location of property is provided by Google Services. Address: ALEDO RD City: TARRANT COUNTY Georeference: A 928-1 Neighborhood Code: LANE, HENRY SURVEY Latitude: 32.6629355145 Longitude: -97.5390312376 TAD Map: 1988-360 MAPSCO: TAR-085T * Property Data Legal. Description: LANE, HENRY SURVEY Abstract 1991P Tract 1 & MIMMIMM MIENIMM Account: 42797321 Address: ALEDO RD Appendix C County Property Information BRAUN INTERTEC 10. To the best of your knowledge, have any hazardous substances or petroleum products been used or stored at the site? (If yes, please explain.) 11. To the best of your knowledge, have any hazardous substances or petroleum products been dumped, buried, or burned on this property? (If yes, please explain.) 12. To the best of your knowledge, has any fill dirt ever been brought to this property? (If yes, please explain.) 9 13. Does thiis�roperty discharge any wastewater? (If yes, please explain.) I!v sv 14. Have pesj icides or chemical fertilizers ever been used on this property? (If yes, please explain.) �' 15. Do you have any environmental documents for the site such as past Phase I ESAs, environmental permits, hazardous waste notices or reports, or geotechnical reports? (If yes, please describe) 11(1\ of. QMkv . 300o P,z 16. Are there environmental liens, activity use limitations, or other environmental restrictive covenants related to the site? 0 17. Is there any litigation, administrative proceedings, or governmental actions relevant to hazardous substances or petroleum products in, on, or from the property? / JQ 18. Do you have any records or recollection of any incidents posing potential environmental concern having occurred on, or in the immediate vicinity of, the subject site? 0 Braun Intertec Corporation Page 2 Interview for Property Owner for Phase I Environmental Site Assessment PROPERTY ADDRESS: V QC Gti�/�— l,6- D(Z9 i/f 1 YOUR NAME: �qyi kst� DATE: 3— aD a3 TITLE: (`/1Jtrt/ YOUR CONTACT INFORMATION: ft i,l rnu. Goni, 1. What is your connection with the site? v�✓u St Ica AU j Z l 2. What are the current uses of the property? 3. Please identify the structures present on the site, their approximate date of construction, their approximate square footage, and their uses: t&cZ 4. Please describe any known past uses of the site: GviO ��^) 10o f- Lys 5. Is the site serviced by municipal water and sewer? (Please specify for each): !vo 6. Are there any wells or private septic systems on the site? (If yes, please describe) /vD 7. Are there or have there been pits, ponds or lagoons on the site? (If yes, please describe) 41/7 8. To the best of your knowledge, have there been previous storage tanks on this or any adjacent site? (If yes, please explain.) d 9. To the best of your knowledge, has this property or any adjoining properties ever been used as a gasoline station, motor vehicle repair facility, commercial printing facility, dry cleaners, photo development center, junkyard or landfill, or as a waste treatment, storage, disposal, processing, or recycling facility? (If yes, please explain.) N Braun inter -tee Corporation Page 1 Phase 1 ESA: Proposed Westside IV EST Site Tarrant County, Texas User Questionnaire — AAI Phase I Environmental Assessment In order to qualify for one of the Landowner Liability Protections (LLPs) offered by the Small Business Liability Relief and Brownfield Revitalization Act of 2001 (the "Brownfield's Amendments"), the user must provide the following information (if available) to the environmental professional. Failure to provide this information could result in a determination that "all appropriate inquiry" is not complete. (1.) Environmental cleanup liens that are filed or recorded against the site (40 CFR 312.25). Are you aware of any environmental cleanup liens against the property that are filed or recorded under federal, tribal, state or local law? If yes, please provide details. No. (2.) Activity and land use limitations that are in place on the site or that have been filed or recorded in a registry (40 CFR 312.26). Are you aware of any AULs, such as engineering controls, land use restrictions or institutional controls that are in place at the site and/or have been filed or recorded in a registry under federal, tribal, state or local law? If yes, please provide details. No. (3.) Specialize knowledge or experience of the person seeking to qualify for the LLP (40 CFR 312.28). As the user of this ESA do you have any specialized knowledge or experience related to the property or nearby properties? For example, are you involved in the same line of business as the current or former occupants of the property or an adjoining property so that you would have specialized knowledge of the chemicals and processes used by this type of business? If yes, please provide details. No. (4.) Relationship of the purchase price to the fair market value of the property if it were not contaminated (40 CFR 312.29). Does the purchase price being paid for this property reasonably reflect the fair market value of the property? If you conclude that there is a difference, have you considered whether the lower purchase price is because contamination is known or believed to be present at the property? Unsure of the purchase price of property or it's relation to fair market value. (5.) Commonly known or reasonably ascertainable information about the property (40 CFR 312.30). Are you aware of commonly known or reasonably ascertainable information about the property that would help the environmental professional to identify conditions indicative of releases or threatened releases? If yes, please provide details. For example, as user, (a.) Do you know the past uses of the property? Yes, agricultural uses. (b.) Do you know of specific chemicals that are present or once were present at the property? Petroleum & Natural Gas (c.) Do you know of spills or other chemical releases that have taken place at the property? No, (d.) Do you know of any environmental cleanups that have taken place at the property? No. (6.) The degree of obviousness of the presence or likely presence of contamination at the property, and the ability to detect the contamination by appropriate investigation (40 CFR 312.31). As the user of this ESA, based on your knowledge and experience related to the property are there any obvious indicators that point to the presence or likely presence of contamination at the property? If yes, please provide details. No. Completed by: Kyle Welden, P.E. Date: 02/03/2023 (Print) `,L. (Signature) Appendix B User Questionnaire and User -Provided Documents BRAUN INTERTEC Innocent Landowner — A person may qualify as one of three types of innocent landowners: (1) a person who "did not know and had no reason to know" that contamination existed on the subject property at the time the purchaser acquired the subject property; (2) a government entity which acquired the subject property by escheat, or through any other involuntary transfer or acquisition, or through the exercise of eminent domain authority by purchase or condemnation; and (3) a person who "acquired the facility by inheritance or bequest." To qualify for the innocent landowner defense, such person must have made all appropriate inquiries on or before the date of purchase. Furthermore, the all appropriate inquiries must not have resulted in knowledge of the contamination. If it does, then such person did "know" or "had reason to know" of contamination and would not be eligible for the innocent landowner defense. See Appendix X1 (of ASTM E 1527-21) for the other necessary requirements that are beyond the scope of this practice. Key Site Manager — The person identified by the owner or operator of a subject property as having good knowledge of the uses and physical characteristics of the subject property. Landowner Liability Protections (LLPs) — A defense to CERCLA available to bona fide prospective purchasers, contiguous property owners, and innocent landowners See 42 U.S.C. §§9601(35)(A), 9601(40), 9607(b), 9607(q), 9607°. Material Threat — Obvious threat which is likely to lead to a release and that, in the opinion of the environmental professional, would likely result in the impact to public health or the environment. Petroleum Products — Those substances included within the meaning of the petroleum exclusion to CERCLA, 42 U.S.C. §9601(14), as interpreted by the courts and EPA, that is: petroleum, including crude oil or any fraction thereof which is not otherwise specifically listed or designated as a hazardous substance under Subparagraphs (A) through (F) of 42 U.S.C. 59601(14), natural gas, natural gas liquids, liquefied natural gas, and synthetic gas usable for fuel (or mixtures of natural gas and such synthetic gas). (The word fraction refers to certain distillates of crude oil, including gasoline, kerosene, diesel oil, jet fuels, and fuel oil, pursuant to Standard Definitions of Petroleum Statistics.) Property Use Limitation — Limitation or restriction on current or future use of a property in connection with a response to a release, in accordance with the applicable regulatory authority or authorities that allows hazardous substances or petroleum products to remain in place at concentrations exceeding unrestricted use criteria. Recognized Environmental Condition (REC) — (1) The presence of hazardous substances or petroleum products in, on, or at the subject property due to a release to the environment; (2) the likely presence of hazardous substances or petroleum products in, on, or at the subject property due to a release or likely release to the environment; or (3) the presence of hazardous substances or petroleum products in, on, or at the subject property under conditions that pose a material threat of a future release to the environment. For the purposes of this definition, "likely" is that which is neither certain nor proved, but can be expected or believed by a reasonable observer based on the logic and/or experience of the environmental professional, and/or available evidence, as stated in the report to support the opinions given herein. Significant Data Gap - A data gap that affects the ability of the environmental professional to identify a recognized environmental condition. BRAUN INTERTEC Data Failure - A failure to achieve the historical research objectives in 8.3.1 (of ASTM E1527-21) even after reviewing the standard historical sources in 8.3.4.1 through 8.3.4.8 (of ASTM E1527-21) that are reasonably ascertainable and likely to be useful. Data failure is one type of data gap. Data Gap - A lack of or inability to obtain information required by this practice despite good faith efforts by the environmental professional to gather such information. Data gaps may result from incompleteness in any of the activities required by this practice, including, but not limited to, site reconnaissance (for example, an inability to conduct the site visit), and interviews (for example, an inability to interview the key site manager, regulatory officials, etc.). De Minimis Condition - A condition related to a release that generally does not present a threat to human health or the environment and that generally would not be the subject of an enforcement action if brought to the attention of appropriate governmental agencies. A condition determined to be a de minimis condition is not a recognized environmental condition nor a controlled recognized environmental condition. Hazardous Substance - A substance defined as a hazardous substance pursuant to CERCLA 42 U.S.C.§9601(14), as interpreted by EPA regulations and the courts:"(A) any substance designated pursuant to section 1321(b)(2)(A) of Title 33, (B) any element, compound, mixture, solution, or substance designated pursuant to section 9602 of this title, (C) any hazardous waste having the characteristics identified under or listed pursuant to section 3001 of the Resource Conservation and Recovery Act of 1976 (RCRA), as amended, (42 U.S.C. §6921) (but not including any waste the regulation of which under RCRA (42 U.S.C.§6901 et seq.) has been suspended by Act of Congress), (D) any toxic pollutant listed under section 1317(a) of Title 33, (E) any hazardous air pollutant listed under section 112 of the Clean Air Act (42 U.S.C. §7412), and (F) any imminently hazardous chemical substance or mixture with respect to which the Administrator (of EPA) has taken action pursuant to section 2606 of Title 15. The term does not include petroleum, including crude oil or any fraction thereof which is not otherwise specifically listed or designated as a hazardous substance under subparagraphs (A) through (F) of this paragraph, and the term does not include natural gas, natural gas liquids, liquefied natural gas, or synthetic gas usable for fuel (or mixtures of natural gas and such synthetic gas)." Hazardous Waste - Any hazardous waste having the characteristics identified under or listed pursuant to section 3001 of RCRA, as amended, (42 U.S.C. §6921) (but not including any waste the regulation of which under RCRA (42 U.S.C. §§6901-6992k) has been suspended by Act of Congress). RCRA is sometimes also identified as the Solid Waste Disposal Act. RCRA defines a hazardous waste, at 42 U.S.C. §6903, as: "a solid waste, or combination of solid wastes, which because of its quantity, concentration, or physical, chemical, or infectious characteristics may— (A) cause, or significantly contribute to an increase in mortality or an increase in serious irreversible, or incapacitating reversible, illness; or (B) pose a substantial present or potential hazard to human health or the environment when improperly treated, stored, transported, or disposed of, or otherwise managed." Historical Recognized Environmental Condition -A previous release of hazardous substances or petroleum products affecting the subject property that has been addressed to the satisfaction of the applicable regulatory authority or authorities and meeting unrestricted use criteria established by a regulatory authority or authorities, without subjecting the subject property to any controls (for example, activity and use limitations or other property use limitations). A historical recognized environmental condition is not a recognized environmental condition. BRAUN INTERTEC Definitions Activity and Use Limitations (AUL) — Legal or physical restrictions or limitations on the use of, or access to, a site or facility: (1) to reduce or eliminate potential exposure to hazardous substances or petroleum products in the soil, soil vapor, groundwater, and/or surface water on the property, or (2) to prevent activities that could interfere with the effectiveness of a response action, in order to ensure maintenance of a condition of no significant risk to public health or the environment. These legal or physical restrictions, which may include institutional and/or engineering controls, are intended to prevent adverse impacts to individuals or populations that may be exposed to hazardous substances and petroleum products in the soil, soil vapor, groundwater, and/or surface water on the property. Adjoining Properties — Any real property or properties the border of which is contiguous or partially contiguous with that of the subject property, or that would be contiguous or partially contiguous with that of the subject property but for a street, road, or other public thoroughfare separating them. Bona Fide Prospective Purchaser Liability Protection — A person may qualify as a bona fide prospective purchaser if, among other requirements, such person made "all appropriate inquiries into the previous ownership and uses of the facility in accordance with generally accepted good commercial and customary standards and practices." Knowledge of contamination resulting from all appropriate inquiries would not generally preclude this liability protection. A person must make all appropriate inquiries on or before the date of purchase. The facility must have been purchased after January 11, 2002. Business Environmental Risk — A risk which can have a material environmental or environmentally - driven impact on the business associated with the current or planned use of a parcel of commercial real estate, not necessarily limited to those environmental issues required to be investigation in this practice. Consideration of business environmental risk issues may involve addressing one or more non -scope considerations. Contiguous Property Owner Liability Protection — A person may qualify for the contiguous property owner liability protection if, among other requirements, such person owns real property that is contiguous to, and that is or may be contaminated by hazardous substances from other real property that is not owned by that person. Furthermore, such person conducted all appropriate inquiries at the time of acquisition of the subject property and did not know or have reason to know that the subject property was or could be contaminated by a release or threatened release from the contiguous property. The all appropriate inquiries must not result in knowledge of contamination. If it does, then such person did "know" or "had reason to know" of contamination and would not be eligible for the contiguous property owner liability protection. See Appendix X1 (of ASTM E1527-21) for the other necessary requirements that are beyond the scope of this practice. Controlled Recognized Environmental Condition —A recognized environmental condition affecting the subject property that has been addressed to the satisfaction of the applicable regulatory authority or authorities with hazardous substances or petroleum products allowed to remain in place subject to the implementation of required controls (for example, activity and use limitations or other property use limitations). BRAUN INTERTEC Appendix A Definitions BRAUN INTERTEC F0231823038851C AfY92300885.dwg, Stc La you1 2i 1 f2023 140;14 PM Cy Cy VACANT VACANT APPROXIMATE SITE BOUNDAft"\ NATURAL GAS WELLS OPT DEVON ENERGY PRODU WELL NO. 4 (API NO. 4393 WELL NO 45H ((API NO 4 WELL NO. 46H ((API NO. 439 ST's i VACANT NATURAL GAS PIPELINE - OPERATED BY ENLINK MIDSTREAM SERVICES LLC 75' 0 15(Y SCALE: 1• = t BRAUN Project No. B2300885 INTERTEC B2300885" Tf. /loam Thu bard Oa Westside IV EST Site Aledo Iona Road Site Layout 714 Soon Snowman Avenu• Suuw 100 Mon, TX 75002 072.510.0000 W«nllntenecc m Drawn By. LIDO Otte Drawn. 3/24r21 Checked By. JB Last Modified: VI /23 Tarrant County, Texas Figure 2 FA20Q11621071h4 061E2/071124.epn[ teiit f 03 • id) BRAUN INTERTEC T. $dr . Yoe 1.041 On. 714 Bout Cf.r.M1. Ave Skrir. 100 AMn• TX 75002 972 sle.osoo bolunrn.re.k:oom Ali1K tA1' Proiett No. B2300885 Drawing No: Fig 1 MOW By ZS Data Drawl: 9/2/2021 Checked By: CS Last MOditied: 2/112O23 "r) Approximate Site Location' Westside N EST Site bp1'C dr'7 TA O.kt 0 1,000' 2,000' SCALE: 1' = 2.000' J:. Source: USGS US Topo Map Aledo Iona Road Tarrant County, Texas Site Location Map Figure 1 Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 21 9.0 Conclusions Braun Intertec has performed a Phase I ESA Update of the Site in general conformance with the scope and limitations of ASTM E1527-13, including updated procedures outlined in ASTM E1527-21, of the proposed Westside IV EST Site located approximately 1.5 miles southeast of Aledo Iona Road and FM 1187 in Tarrant County, Texas. Any exceptions to, or deletions from, this practice are described in Section 1.4. This assessment has revealed no RECs, CRECs, or significant data gaps in connection with the Site. Additional Considerations An additional consideration is a condition that does not meet the definition of a REC, CREC, or historical recognized environmental condition (HREC) but, in our opinion, should be brought to the attention of the User. No additional considerations were identified during the Phase I ESA. 10.0 Environmental Professional Statement We have the specific qualifications based on education, training, and experience to assess a property of the nature, history, and setting of the Site. We have developed and performed the all appropriate inquiries in conformance with the standards and practices set forth in 40 CFR Part 312. Qualifications of the environmental professional and personnel who completed the ESA are presented in Appendix L. BRAUN INTERTEC CORPORATION ,. 11 4 / , Kenyon G. Swing, GIT Environmental Scientist I declare that, to the best of my professional knowledge and belief, I meet the definition of Environmental Professional as defined in §312.10 of 40 CFR 312. ClaytSnider, PG EnviVoonmental Professional BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 20 8.0 Findings and Opinions According to the User, the Phase I ESA Update was conducted in association with the acquisition of the Site. Opinions expressed herein are influenced by the stated reason for conducting the Phase I ESA. Furthermore, the expressed opinions might not be applicable to alternate reasons for reliance on the content of the Phase I ESA. The findings include identified features, activities, uses, and conditions that may indicate the presence or likely presence of hazardous substances or petroleum products at the Site; and include a discussion of significant data gaps, if any. The following findings are based on the results of our assessment: • The Site has been vacant or agricultural land since at least 1942 and was not listed in any regulatory databases searched by ERIS. The current and historical use of the Site does not represent a REC. • The south -adjacent property includes a natural gas well pad with three co -located gas wells and associated tank battery. These wells were listed in the Tier 2 database in connection with the storage of produced hydrocarbons. The tank battery includes five condensate ASTs, and four tanks varying in size from 60 to 300 gallons that contain deionized water, combination inhibitor, Clariant WellboostTM (chemical foamer), and MultiTreat"' (de -emulsifier). All of the tanks were observed within secondary containment, and no leaks or stains were observed. The south -adjacent well pad and tank battery do not represent RECs in association with the Site since the ASTS were observed within secondary containment and no evidence of a release of hazardous materials or petroleum products was observed. • A natural gas gathering pipeline operated by Enlink Midstream Services, LLC was observed south -adjacent to the Site during the reconnaissance. The natural gas pipeline is 6.63 inches in diameter and is currently in service. Another O&G pipeline easement was located approximately 1,200 feet southwest of the Site, consisting of five natural gas gathering pipelines and two HVL pipelines operated by Energy Transfer Company, Enlink Midstream Services, LLC, BKV Midstream, LLC, and Enterprise Products Operating LLC that range from 6.63 to 24 inches in diameter and are currently in service. These pipelines do not represent RECs in connection with the Site due to the lack of evidence to suggest the release of hazardous materials or petroleum products. • A Tined freshwater pond was identified approximately 1,500 feet north-northwest of the Site. This pond does not represent a REC in connection with the Site due to its distance and topographically downgradient position relative to the Site. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 19 Site. Mr. Baird was not aware of any materials being dumped on the property or of any environmental concerns associated with the Site. 6.2 Site Occupants The Site is unoccupied; therefore, no occupants were interviewed. 6.3 Local Government Officials Braun Intertec contacted representatives of local government agencies to obtain information relevant to the identification of RECs on the Site. We did not interview local government officials in person, however we submitted written requests for information via letter or electronic media; information obtained from the inquiry is provided in Section 4.2.5 of this report. 6.4 Others No additional persons were interviewed as part of the assessment. 7.0 Data Gaps Data gaps, which result from a lack of or inability to obtain information required by this practice despite good faith efforts, may include limiting conditions such as client imposed constraints; physical obstructions that may have limited observations of the Site or surrounding area; physical constraints such as snow, rain or other weather conditions; and data failures which result from a failure to achieve the historical research objectives of developing a history of the previous uses of the Site, adjoining properties, and surrounding area. No data gaps were identified as part of this Phase I ESA with the exception of the following: • Responses to our inquiries to all local government offices and/or officials were not received prior to issuance of the assessment. The identified data gap does not affect the environmental professional's ability to render opinions regarding conditions indicative of a release or threatened release and are unlikely to alter the report findings. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 18 439-36648), and Well No. 46H (API Number 42-439-36646). The gas wells are operated by BKV Barnett, LLC and are located on the Veale Ranch lease, with total depths ranging from 6,764 feet and 6,797 feet bgs. 5.2.14 Potable Water Supply The Site is not currently connected to a potable water supply. 5.3 Current and Past Use of Adjoining Properties and Surrounding Area The area reconnaissance was performed to assist in determining whether land use on the adjacent or nearby proper -ties may have features, activities, uses, or conditions that indicate the presence of RECs. The area was toured by foot and automobile from public rights -of -way. The properties surrounding the Site are as follows: Direction • Property Use North Vacant land South Natural gas well pad East Caliche lease road followed by vacant land West Vacant land The Site is in an agricultural area southwest of Fort Worth with extensive natural gas activity. 6.0 Interviews The objective of interviews is to obtain information indicating RECs in connection with the Site. Interviews with past and present owners, operators, and occupants of the property, consisted of questions asked in an attempt to obtain information about current and past uses and conditions of the Site. 6.1 Site Representatives Mr. Taylor Baird has owned the Site since August 2021 and indicated that the Site has historically been used for agricultural purposes and has not been developed with any structures. He was not aware of any petroleum substances or hazardous chemicals being stored, or any pesticides or herbicides used on the BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 17 observed within secondary containment, and no leaks or stains were observed. Production equipment observed on the tank battery included multiple separators and a compressor. 5.2.7 Storage Tanks No storage tanks were observed on the Site. As mentioned above in Section 5.2.6, the south -adjacent well pad includes five approximately 400-barrel condensate ASTs, four tanks that contain deionized water, combination inhibitor, Clariant Wellboostr" (chemical foamer), and MultiTreat'" (de -emulsifier), as well as an empty 300-gallon AST. All of the tanks were observed within secondary containment, and no leaks or stains were observed. 5.2.8 Drums and Unidentified Substance Containers No labeled drums or drums containing unidentified substances suspected of being a hazardous substance or petroleum product were observed at the Site at the time of our reconnaissance. 5.2.9 Odors No strong, pungent, or noxious odors were noted at the time of the Site reconnaissance. 5.2.10 Potential PCB -Containing Electrical and Hydraulic Equipment No indications of potential PCB -containing electrical or hydraulic equipment were noted at the Site at the time of the reconnaissance. 5.2.11 Wastewater Discharges No process wastewater was observed during the Site reconnaissance. 5.2.12 Sewage Disposal System The Site is not currently connected to a sewage disposal system and no septic systems were observed on or adjacent to the Site at the time of the reconnaissance. 5.2.13 Wells No indications of wells such as monitoring wells, dry wells, irrigation wells, injection wells, abandoned wells, or other non -potable wells were observed at the Site at the time of the reconnaissance. However, Braun Intertec observed the three co -located horizontal gas wells on the south -adjacent well pad identified as Veale Ranch Well No. 4H (API Number 42-439-30686), Well No. 45H (API Number 42- BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 16 5.2 Site Observations 5.2.1 Site Description The Site is an approximate one -acre portion of a 962.94-acre parent parcel that consists of vacant, grassy land. No structures are located on -Site. There were no other apparent past uses evident from observations during the Site reconnaissance. 5.2.2 Pits, Ponds, Pools of Liquid, or Lagoons No indications of pits, ponds, pools of liquid, or lagoons having the potential to contain hazardous substances or petroleum products were observed at the Site. A lined freshwater pond approximately 1,500 feet north-northwest of the Site was observed. The pond is likely used by the operators of the gas wells in the area for hydraulic fracturing. No issues of concern were noted in connection with the pond. 5.2.3 Stained or Corroded Surfaces The Site is predominantly covered by vegetation, and no stained soil was observed at the time of the Site reconnaissance. 5.2.4 Solid Waste Disposal At the time of the reconnaissance, no indications of waste disposal areas, fill, mounds, depressions, burn pits or disturbed areas were observed that were suggestive of the presence of buried debris or other solid waste disposal. 5.2.5 Stressed Vegetation No areas of stressed, discolored, stained or dead vegetation beyond what would be expected due to seasonal conditions were observed at the time of the Site reconnaissance. 5.2.6 Hazardous Substances and Petroleum Products No indications of current and/or historical use, storage, staining, or spills of hazardous substances or petroleum products were observed at the Site at the time of the reconnaissance. However, a natural gas well pad is located south -adjacent to the Site and includes: • Five approximately 400-barrel condensate ASTs that were within secondary containment. No evidence of a release was observed. • Four ASTs containing deionized water, combination inhibitor, Clariant WellboostTM (chemical foamer), and MultiTreat' (de -emulsifier), and one empty AST. These ASTs were made of polyethylene and were various sizes from 60 gallons to 300 gallons. All of the tanks were BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 15 4.3.7 Other Historical Resources No other historical sources were reviewed as part of this assessment. 4.3.8 Summary of Site History Based upon the above information sources, the Site has been vacant land or pastureland since at least 1942. An unimproved path traversed through the Site from 1942 through 1995. The caliche lease road observed cutting across the Site to the south -adjacent natural gas well pad was first visible in 2012. 4.3.9 Summary of Historical Information for Adjoining and Area Properties The surrounding area was largely vacant or pastureland with unimproved paths to the north, west, and south as early as 1942 through 1995. By 2005, a natural gas well pad, including a tank battery, was located south -adjacent to the Site. Additional well pads were visible to the west and north at this time. In 2014, the original tank battery on the south -adjacent property was replaced with an expanded tank battery, consistent with observations made during the Site reconnaissance. No other significant changes were noted in the surrounding area through 2020. 5.0 Site Reconnaissance The objective of the site reconnaissance is to obtain information and make observations to help indicate the likelihood of identifying RECs in connection with the Site. The Site layout is presented on Figure 2, and photographs of the Site are presented in Appendix K. 5.1 Observations, Methodology and Limiting Conditions Braun Intertec Environmental Professional Mr. Josh Hopper, PG, visited the Site on February 3, 2023. Mr. Hopper was unaccompanied during the Site reconnaissance. At the time of the Site reconnaissance, the weather was sunny with a temperature of about 45 degrees Fahrenheit. Observations made at the time of the Site reconnaissance were conducted by physically traversing and visually observing the exterior aspects of the Site. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 14 well pads and a lined freshwater pond are visible to the west and north. By the 2014 aerial photograph, the original tank battery to the south appears to have been replaced with a new expanded tank battery with six ASTs. Additionally, the well pad has expanded which is consistent with the additional wells that were drilled according to RRC records. The surrounding properties remain relatively similar through 2020. 4.3.4 City Directories City directories provide a listing, by street address, of residents, businesses, organizations or institutions for the date of directory publication. The available city directory listings were reviewed to identify past occupants at the Site and surrounding area. City directories for 4th and 6`h Street were reviewed. Copies of the city directories reviewed are provided in Appendix J. A summary of the relevant information is provided below. Site Because the Site has historically been vacant land or used for agricultural purposes, it has no assigned street address and is not listed in any of the directories reviewed. Adjoining Properties Due to the rural location of the surrounding area, no listings related to an adjoining property were identified in the provided city directories. 4.3.5 Building Department Records Braun Intertec submitted open records requests to the Cities of Aledo Fort Worth on January 31, 2023 regarding building permits associated with the Site. A response has not been received from either City as of the date of this report. 4.3.6 Previous Environmental Documents We reviewed the following previous environmental documents provided by the User regarding the Site: Phase I Environmental Site Assessment, Westside IV Elevated Storage Tank Site, Tarrant County, Texas, prepared by Braun Intertec (Project No. B2107824), dated September 10, 2021 (2021 Phase I ESA). According to the 2021 Phase I ESA, the Site was vacant land in similar condition as observed at the time of the reconnaissance conducted for this ESA report. The assessment did not reveal any evidence of RECs in connection with the Site. BRAUN NTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 13 includes uses of individual structures, locations of fuel and/or chemical storage tanks, and storage of other potentially toxic substances. According to ERIS, no historical map coverage is available for the Site. A copy of the no coverage document is provided in Appendix G. 4.3.2 Topographic Maps Topographic maps provide a detailed record of a land area, giving geographic positions and elevations for both natural and man-made features such as pipelines, power lines, and many types of buildings. Maps published after 2009 typically do not include detail related to man-made features. Copies of the historical topographic maps are attached in Appendix H. The following is a summary of the information reviewed. Site Based on the provided topographic maps, the Site has been undeveloped since at least 1955. No structures are depicted at the Site on any of the topographic maps reviewed. Adjoining Properties The surrounding area appears to consist of rural, undeveloped land with unimproved paths to the north based upon the earliest 1955 topographic map. Intermittent streams are depicted to the southwest. No other significant changes are noted on the following topographic maps through 2016. 4.3.3 Aerial Photographs Aerial photographs provide a visual record of land use and landcover conditions frequently dating back to the 1930s or 1940s. Copies of the aerial photographs are attached in Appendix I. The following is a summary of the information reviewed. Site The Site appears to be vacant or pastureland from at least 1942 through the present. What appears to be a dirt road is visible crossing the Site on the 1942 aerial photograph and is evident on subsequent aerial photographs through 1995. The Site remains vacant with the exception of a caliche lease road that cuts across the Site to the south -adjacent natural gas well pad in 2012 through the most recent 2020 aerial photograph. Adjoining Properties The surrounding properties appear to be vacant or pastureland with what appears to be a barn approximately 1,500 feet north of the Site. Multiple unpaved ranch roads are visible to the north, west, and south. By 1953, the barn structure appears to have been demolished and replaced with a smaller structure. The surrounding area remains similar through the 1995 aerial photograph. By the 2005, a well pad that includes a tank battery containing two ASTs is visible on the south -adjacent property. Additional BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 12 Braun Intertec submitted an open records request on January 31, 2023 to the RRC requesting information regarding reportable spills or any other kind of environmental response actions associated with the off -Site natural gas wells and pipelines; however, a response has not been received at the time of publication of this report. 4.2.6 Regulatory Agency File and Records Review The purpose of the regulatory file review is to obtain sufficient information to assist in determining if a REC, HREC, CREC, or a de minimis condition exists at the Site in connection with a regulatory report listing. Although the south -adjacent property were identified in the regulatory report, based on our review of the database listing, it is our opinion that a regulatory agency file and records review is not warranted due to factors that include regulatory status and location relative to the estimated regional groundwater flow direction. 4.3 Historical Use Information Review The objective of compiling and analyzing historical property information is to develop a history of the previous uses of the Site, adjoining properties, and surrounding area, in order to help identify the likelihood of past uses having led to RECs in connection with the Site. The following table summarizes the historical information reviewed. Details regarding the information reviewed are provided in the sections below. Historical Source Provided By Years Available Fire Insurance Maps ERIS No Coverage Topographic Maps ERIS 1955, 1959, 1968, 1973, 1981, 2016 1942, 1953, 1968, 1976, 1981, Aerial Photographs ERIS 1984, 1995, 2005, 2010, 2012, 2014, 2015, 2016, 2018, 2020 City Directories ERIS 2012, 2016, 2020 If relevant and useful, other on-line historical sources were reviewed and are cited in the subsections below. 4.3.1 Fire Insurance Maps Historical maps sometimes produced by private fire insurance map companies may be useful to indicate uses of the Site and nearby properties at specified dates. The information noted on the maps commonly BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 11 County Information Additional relevant environmental information was requested from Tarrant County by a public information request submitted on January 31, 2023. Braun Intertec received has not received a response to date but will notify the User upon receiving information that would change the conclusions of this report. City Information Braun Intertec requested Site -specific information of environmental relevance from the City of Fort Worth and specifically the City's Gas Well Drilling division on January 31, 2023. A response was received from the Fort Worth Code Compliance Department and Fire Department indicating there were no records responsive to our request. No other departments for the City of Fort Worth have responded as of the date of this report; however, Braun Intertec will notify the User upon receiving information that could alter the conclusions of this report. A second open records request was submitted to the City of Aledo on January 31, 2023 due to the potential for the Site to be within its jurisdiction. A response has not been received at the time of publication of this report; however, Braun Intertec will notify the User upon receiving information that could alter the conclusions of this report. Well Databases Braun Intertec reviewed the TWDB online Water Data Interactive Viewer and Railroad Commission of Texas (RRC) online Public GIS Viewer, which allow users to view submitted water well reports and permitted oil and gas (O&G) activity in map view, respectively. No water wells were plotted at the Site or the adjoining properties; however, the Site is located in an area of Tarrant County with extensive O&G activity. According to the RRC online Public GIS Viewer, three co -located natural gas wells operated by BKV Barnett, LLC are located south -adjacent to the Site under the Veale Ranch lease and numbered Well No. 45H (API Number 42-439-36648), Well No. 46H (API Number 42-439-35561), and Well No. 4 (API Number 42-439-30686). The natural gas wells were drilled to depths ranging from 6,764 to 6,797 feet below ground surface (bgs) on November 26, 2003. A 6.63-inch diameter natural gas gathering pipeline operated by Enlink Midstream Services, LLC was identified south -adjacent to the Site. Additionally, five natural gas gathering pipelines and two highly volatile liquid (HVL) pipelines ranging from 6.63 to 24 inches in diameter, operated by Energy Transfer Company, Enlink Midstream Services, LLC, BKV Midstream, LLC, and Enterprise Products Operating LLC were identified approximately 1,200 feet southwest of the Site. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 10 ■ Devon Energy-Veale Ranch 46H/Veale Ranch 4H/Devon-Energy-Veale Ranch 45H, Map Key 1-4, is associated with the three horizontally drilled gas wells located on the south -adjacent well pad. The gas wells were identified as Devon -Energy Veale Ranch 4H, 45H, and 46H in the Tier 2 database, which is a list of facilities that store hazardous chemicals and are required to report them under the Emergency Planning and Community Right -to -Know Act (EPCRA) of 1986. The Tier 2 database listed produced hydrocarbons were associated with the Veale Ranch 4H in 2007 and 2008. No chemicals were listed for the other two wells. The wells were still active on the south -adjacent property at the time of the reconnaissance. A review of the Texas Railroad Commission (RRC) database indicates the wells are currently operated by BKV Barnett, LLC. Braun Intertec submitted an open records request to the RRC for records pertaining to incidences or releases associated with these wells, but a response has not been received at this time. 4.2.3 Surrounding Area We reviewed the ERIS report for facilities located beyond adjoining properties that may indicate a release or likely release of hazardous substances and/or petroleum products that may impact the Site. An additional gas well, Devon Energy-Veale Ranch 24H, was identified by ERIS in the Tier 2 database. The horizontally drilled well is plotted approximately 550 feet north of the Site; however, the well pad and associated tank battery are located over 3,500 feet northwest of the Site. The Tier 2 database listed produced hydrocarbons were associated with the well in 2010 and 2011. 4.2.4 Unmapped Sites The ERIS report did not identify any unmappable sites, which are facilities that could not be located due to poor or inadequate address information. 4.2.5 Additional Environmental Record Sources To enhance and supplement the regulatory database report, we requested reasonably ascertainable local city, county or state records to identify information relevant to the identification of potential RECs at the Site. State Regulatory Websites We did not identify facilities on the state regulatory websites we accessed that were not already listed in the ERIS report discussed in Section 4.2. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 9 Site -specific groundwater information was not available for review. Groundwater flow direction of the uppermost water -bearing zone typically follows surface topography, but can be influenced by various surface water features, subsurface soils, and water wells (i.e., drinking water and irrigation wells). An accurate assessment of the groundwater flow direction would require the installation and evaluation of a minimum of three groundwater monitoring wells. For purposes of this ESA, Braun Intertec has presumed that shallow groundwater movement would be to the west/northwest toward an unnamed tributary of the Clear Fork Trinity River. 4.2 Regulatory Database Review We obtained regulatory database information pertaining to the Site and surrounding area from Environmental Risk Information Services, Ltd. (ERIS). The ERIS report is a compilation of records of facilities that are included on current federal and state environmental regulatory databases. The databases were searched based on the specified minimum search distances from the Site as established by ASTM E1527-13. The ERIS report also includes a description, source reference, date of acquisition, and the specified approximate minimum search distance criteria for each database and list. A copy of the ERIS report is attached in Appendix E. We reviewed the ERIS report to identify records that indicate known or potential RECs on the Site and/or surrounding area and to evaluate the likelihood for those RECs to impact the Site based upon their distance, topographic position relative to the Site, and the documented presence of contaminant releases that have not been remediated to the satisfaction of regulatory authorities. In addition to the ASTM standard environmental records reviewed, ERIS provides listings based upon review of supplemental federal, state and local records (where available), and on exclusive or proprietary databases. Where those databases yielded relevant environmental information regarding environmental conditions at or proximate to the Site, they have been included in the discussion below. 4.2.1 Site Based on a review of the ERIS report, the Site is not listed on any of the standard environmental record sources as specified in ASTM E1527-13. 4.2.2 Adjoining Properties Based on the ERIS report, the following facility was identified on a property that adjoin the Site: BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 8 4.0 Records Review The purpose of the records review is to obtain and review records that will help identify RECs in connection with the Site. References identifying published sources and Client- or User -provided reports relied upon in preparation of this Phase I ESA are provided in Appendix D. 4.1 Physical Setting The purpose of the physical setting review is to provide information about the physical setting of the Site in order to aid in the evaluation of both physical characteristics of the Site and additional attribute data, which is useful in assessing the impact of migration of contaminants and subsequent impact on soils and/or groundwater. 4.1.1 Topography The Site lies at an elevation of approximately 950 feet above mean sea level, according to the United States Geologic Survey (USGS) 7.5-minute quadrangle for Aledo, Texas (2016). Based on the topographic information and observations made during the Site reconnaissance, the Site lies at a topographic high and slopes downward at a slight grade to the west/northwest toward an unnamed tributary of the Clear Fork Trinity River. 4.1.2 Soil Based on a review of the Web Soil Survey, the soil underlying the Site consists of the Purves clay. The Purves clay consists of well -drained clay and extremely gravelly clay with a very low available water supply, a moderately low to moderately high capacity to transmit water, and one to three percent slopes. This unit is not hydric in nature and is not considered prime farmland. 4.1.3 Geology Review of the USGS Interactive Map, Dallas Sheet, indicates the primary geologic formation underlying the Site is the Duck Creek Formation. The Duck Creek Formation consists of aphanitic limestone that is in part bioclastic, locally burrowed, medium gray to yellowish gray in color, and weathers dark gray. The thickness of this unit ranges from 30 to 100 feet and thins southward. 4.1.4 Hydrogeology According to the Texas Water Development Board (TWDB) Online Water Data Interactive Viewer, the Site is located above the downdip portion of the Trinity Aquifer, a major aquifer in the area. There is no state - designated minor aquifer located under the Site. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 7 3.1 Site Location A Site Location Map is attached as Figure 1. Information regarding the Site obtained from the county website is attached in Appendix C. Relevant Site information obtained from the county website and from other sources is summarized below. Address: N/A City: N/A County: Tarrant State: Texas Property Identification Number: 42797321 (Parent Parcel) Construction Year: N/A Owner: TRT Land Investors LLC Latitude: 32.65916° North Longitude: -97.54807° West Size: Approximately 1 acre 3.2 Site Description and Use A Site Layout Plan is attached as Figure 2. Information regarding the Site was obtained from User - provided information, observations of Site use and improvements made during the Site reconnaissance, and through review of available documents and online sources. The Site consists of an approximate one -acre portion of a 962.943-acre parent parcel that consists of vacant, grassy land. No structures are located on -Site, and there were no other apparent past uses evident from observations during the Site reconnaissance. 3.3 Current Uses of the Adjoining Properties Information regarding the adjoining area was obtained from observations made at the time of the site reconnaissance and/or through review of available documents and online sources. Direction Property Use North Vacant land South Natural gas well pad East Caliche lease road followed by vacant land West Vacant land The Site is in an agricultural area southwest of Fort Worth with extensive natural gas activity. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 6 The User was not aware of information indicating any reduction in purchase price or fair market value due to environmental issues. 2.5 Commonly Known or Reasonably Ascertainable Information Commonly known or reasonably ascertainable information includes information about the Site that is generally known to the public within the local community where the Site is located, and that is material to the identification of RECs in connection with the Site. The User indicated the Site has been used for agricultural purposes and is in an area developed with gas wells. 2.6 Degree of Obviousness The User must consider the degree of obviousness of the presence or likely presence of releases or threatened releases at the Site and the ability to detect releases or threatened releases by appropriate investigation. The User was not aware of any obvious indications of the presence or likely presence of releases or threatened releases at the Site. 2.7 Other The User provided Braun Intertec a copy of a Phase I ESA for the Site dated September 10, 2021 prepared by Braun Intertec. Please refer to Section 4.3.6 for a summary of this document. 3.0 Site Location and Description Site information was obtained from user -provided information, observations during the Site reconnaissance, and from a review of readily available documents and online information sources. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 5 Braun Intertec provided a User Questionnaire to the Client to communicate information gathered from these inquiries and/or activities to the EP (Appendix B). As indicated in our contract, if multiple Users are requesting reliance on the Phase I ESA, the Client was responsible for forwarding a copy of the questionnaire to all appropriate entities (collectively the User). User -supplied information is discussed in the following sections. 2.1 Environmental Liens An environmental lien is a charge, security, or encumbrance, upon title to a property to secure the payment of a cost, damage, debt, obligation, or duty arising out of response actions, cleanup, or other remediation of hazardous substances or petroleum products upon a property. The User was not aware of a record of environmental liens recorded against the Site. 2.2 Activity and Use Limitations Activity and Use Limitations (AULs) are legal or physical restrictions or limitations on the use of, or access to, a site or facility intended to prevent adverse impacts to individuals or populations that may be exposed to hazardous substances or petroleum products in environmental media. The User was not aware of the presence of AULs recorded against the Site. 2.3 Specialized Knowledge Specialized environmental knowledge includes any information and/or experience related to the Site or nearby properties that is material to identifying RECs in connection with the Site. The User did not have specialized knowledge or experience regarding the Site or nearby properties. 2.4 Valuation Reduction for Environmental Issues Valuation reduction for environmental issues includes the relationship of the purchase price to the fair market value of the property. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 4 accuracy of information provided by governmental and private sources. To the extent practical, the accuracy of information obtained has been verified. The information presented in this report is based upon records that are currently available and upon the conditions that existed at the time of our visual reconnaissance of the Site. Limiting conditions, if any, present at the time observations of the Site were made are detailed in Section 5.1. 1.5 Viability Subject to Section 4.6 (Continued Viability of ESA) and Section 6 (User's Responsibilities) of ASTM E1527- 13, an environmental site assessment meeting or exceeding this practice and for which the information was collected or updated within one year prior to the date of acquisition of the Site may be used provided that the following components of the inquiries were updated within 180 days of the date of purchase or the date of the intended transaction; the 180-day period shall commence from the completion of any of these components, whichever is first: • Interviews with owners, operators, and occupants; • Searches for recorded environmental cleanup liens (a User Responsibility); • Reviews of federal, tribal, state, and local government records; • Visual reconnaissance of the Site and of adjoining properties; and • The declaration by the environmental professional responsible for the assessment or update. 2.0 User Provided Information The purpose of this section is to describe tasks to be performed by the "User." The "User" as defined by ASTM E1527-13, is "the party seeking to use ASTM E1527-13 to complete an environmental site assessment of the property. A User may include, without limitation, a potential purchaser of property, a potential tenant of property, an owner of property, a lender, or a property manager." Statute 40 CFR 312 allows (but does not mandate) the User performing AAI to conduct inquiries or activities that may include searches for environmental liens, assessments of any specialized knowledge on the part of the User, an assessment of commonly known or reasonably ascertainable information about the Site, and an assessment of the relationship of the purchase price to fair market value. However, if the User performing AAI conducts one or more of these inquiries and/or activities, the rule allows (but does not mandate) that the User may communicate information gathered from these inquiries and/or activities to their Environmental Professional (EP) to identify a possible REC. BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 3 negotiated master agreement signed December 19, 2016. No other party has a right to rely on the contents of the Phase I ESA without written authorization by Braun Intertec. All authorized parties are entitled to rely on the report according to our contract with Client, and under the same terms, conditions, and circumstances. Please note that our contract with Client may contain a limitation of our total liability. If so, such limitation also applies to all those receiving this permission. 1.4 Limitations, Significant Assumptions, and Exceptions The scope of work defined by the ASTM E1527-13 (and ASTM E1527-21) is not intended to provide a universal analysis of potential environmental risks and hazards. A Phase I ESA cannot wholly eliminate uncertainty regarding the potential for RECs in connection with a property. Braun Intertec used that degree of care and skill ordinarily exercised under similar circumstances by reputable members of its profession currently practicing in the same locality. No warranty, express or implied, is made. This Phase I ESA included no evaluation of non-ASTM scope considerations such as those listed in ASTM E1527-13, Section 13.1 unless otherwise addressed in this report. These include, but are not limited to, asbestos -containing materials (ACM), radon, indoor air quality, mold or microbial growth conditions, lead -based paint (LBP), lead in drinking water, or wetlands. A complete evaluation of business environmental risk associated with a parcel of commercial real estate may necessitate investigation beyond that addressed by this scope of work. Vapor migration in the subsurface is described by ASTM E2600; however, ASTM E1527-13 does not require application of the E2600 standard to achieve compliance with all appropriate inquiries. An ASTM E2600-15 vapor encroachment screen is not within the scope of this Phase I ESA and will not be conducted unless specifically requested by the User. However, vapors present or likely present from hazardous substances or petroleum products are considered no differently than hazardous substances or petroleum products present or likely present as a result of a release to the environment. The determination of whether a VEC actually exists may require additional information or evaluation that is beyond the scope of a Phase I ESA. Observations made regarding the layout of the Site and surrounding properties were true at the time of this assessment. Although these features are described using present tense, many described features are not permanent and may change over time. No significant assumptions were made for this assessment. The findings of this Phase I ESA are based solely upon evaluation of information from the sources referenced within this report. The information obtained from records review is limited to that which is reasonably ascertainable, as defined by ASTM E1527-13. Information obtained from businesses or individuals is limited to that which is voluntarily disclosed. The identification of conditions that could affect the Site may be limited by the availability and BRAUN INTERTEC Kimley-Horn & Associates, Inc. Project B2300885 February 3, 2023 Page 2 A REC may include a controlled recognized environmental condition (CREC) which is defined by ASTM E1527-21 as "a recognized environmental condition affecting the subject property that has been addressed to the satisfaction of the applicable regulatory authority or authorities with hazardous substances or petroleum products allowed to remain in place subject to implementation of required controls (for example, activity and use limitations or other property use limitations)." A historical recognized environmental condition (HREC) is defined by ASTM E1527-21 as " a previous release of hazardous substances or petroleum products affecting the subject property that has been addressed to the satisfaction of the applicable regulatory authority or authorities and meeting unrestricted use criteria established by the applicable regulatory authority or authorities without subjecting the subject property to any controls (for example, activity and use limitations or other property use limitations). A historical recognized environmental condition is not a recognized environmental condition." 1.2 Scope of Services The Phase I ESA was conducted in general conformance with the scope and limitations of ASTM E1527-13 and 40 Code of Federal Regulations (CFR) Part 312. Generally, this scope of services as defined by ASTM E1527-13 included the following. • Searches for recorded environmental cleanup liens (a User Responsibility). • Reviews of federal, tribal, state, and local government records. • A review of readily available historical information; interviews with owners, operators, and occupants (as available). • Visual reconnaissance of the Site and of adjoining properties. • Preparation of this report. 1.3 Use of Report According to the User, the Phase I ESA was conducted in association with the acquisition of the Site. The Phase I ESA was prepared on behalf of, and for use by, Kimley-Horn & Associates, Inc. (User) in accordance with the contract between Kimley-Horn & Associates, Inc. and Braun Intertec, including the BRAUN INTERTEC 1.0 Introduction Braun Intertec conducted a Phase I Environmental Site Assessment (ESA) of the proposed Westside IV Elevated Storage Tank (EST) Site located approximately 1.5 miles southeast of Aledo Iona Road and Farm - to -Market (FM) 1187 in Tarrant County, Texas (Site). The Site is approximately one acre in size and is part of a larger parcel known as the Veale Ranch. 1.1 Purpose The U.S. Environmental Protection Agency (EPA) All Appropriate Inquiry (AAI) rule allows a user to qualify for certain protections from CERCLA liability for innocent landowners, bona fide prospective purchasers, and contiguous property owners in that is constitutes all appropriate inquiry into prior ownership into prior ownership and use of a property prior to or on the date of property acquisition. The purpose of this Phase I ESA was to identify, to the extent feasible pursuant to the processes defined by ASTM International (ASTM) Standard Practice E1527-13 (ASTM E1527-13), recognized environmental conditions in connection with the Site and to assist in satisfying All Appropriate Inquiries (AAI) standards and practices. A revised ESA Standard, ASTM E1527-21, was issued in November 2021. The updated standard was recently accepted by the U.S. EPA as satisfying the requirements for the AAI rule, as published in the Federal Register on December 15, 2022. The updated AAI rule will take effect on February 13, 2023. ASTM E1527-13 continues to be the Standard recognized as meeting AAI. Nevertheless, since ASTM E1527-21 represents best industry practices, Braun lntertec has adopted the procedures of that standard in the completion of this assessment. Definitions of common terms associated with ASTM 1527-21 are presented in Appendix A. A recognized environmental condition (REC) is defined by ASTM E1527-21 as "(1) the presence of hazardous substances or petroleum products in, on, or at the subject property due to a release to the environment; (2) the likely presence of hazardous substances or petroleum products in, on, or at the subject property due to a release or likely release to the environment; or (3) the presence of hazardous substances or petroleum products in, on, or at the subject property under conditions that pose a material threat of a future release to the environment." For the purposes of this definition, "likely" is that which is neither certain nor proved but can be expected or believed by a reasonable observer based on the logic and/or experience of the environmental professional, and/or available evidence, as stated in the report to support the opinions given therein. BRAUN INTERTEC Executive Summary Braun lntertec Corporation conducted a Phase I Environmental Site Assessment (ESA) of the proposed Westside IV Elevated Storage Tank (EST) Site located approximately 1.5 miles southeast of Aledo lona Road and Farm -to -Market (FM) 1187 in Tarrant County, Texas (Subject Property, hereafter referred to as Site) in general conformance with the scope and limitations of ASTM International (ASTM) Practice E1527-13 and 40 Code of Federal Regulations (CFR) Part 312. This assessment also incorporates procedures that meet the protocols established in the recently issued ASTM E1527-21 (refer to Section 1.1 for discussion). The Site consists of an approximate one -acre portion of a 962.94-acre parent parcel identified under Account Number 42797321 according to the Tarrant Appraisal District (TAD). The Site has consisted of vacant, grassy land since at least 1942 based upon the reviewed historical resources. The Site is located in a rural area of Tarrant County with extensive oil and gas (O&G) activity in the surrounding area. The south -adjacent property is developed with a natural gas well pad that consists of three co -located horizontal gas wells and tank battery with five 400-barrel condensate aboveground storage tanks (ASTs). Additionally, a 6.63-inch diameter natural gas gathering pipeline traverses near the southern Site boundary. The south -adjacent well pad, tank battery, and natural gas pipeline do not represent RECs in connection with the Site due to the lack of evidence suggesting a release of hazardous materials or petroleum products has occurred. Additionally, the storage tanks at the tank battery were observed within secondary containment. This assessment has revealed no recognized environmental conditions, controlled recognized environmental conditions, or significant data gaps in connection with the Site. BRAUN INTERTEC Table of Contents (continued) Description Page 5.2.1 Site Description 16 5.2.2 Pits, Ponds, Pools of Liquid, or Lagoons 16 5.2.3 Stained or Corroded Surfaces 16 5.2.4 Solid Waste Disposal 16 5.2.5 Stressed Vegetation 16 5.2.6 Hazardous Substances and Petroleum Products 16 5.2.7 Storage Tanks 17 5.2.8 Drums and Unidentified Substance Containers 17 5.2.9 Odors 17 5.2.10 Potential PCB -Containing Electrical and Hydraulic Equipment 17 5.2.11 Wastewater Discharges 17 5.2.12 Sewage Disposal System 17 5.2.13 Wells 17 5.2.14 Potable Water Supply 18 5.3 Current and Past Use of Adjoining Properties and Surrounding Area 18 6.0 Interviews 18 6.1 Site Representatives 18 6.2 Site Occupants 19 6.3 Local Government Officials 19 6.4 Others .19 7.0 Data Gaps 19 8.0 Findings and Opinions 20 9.0 Conclusions 21 10.0 Environmental Professional Statement 21 Figures Figure 1— Site Location Figure 2 — Site Layout Appendices A: Definitions B: User Questionnaire and User -Provided Documents C: County Property Information D: References E: Environmental Database Report F: Local Records and Agency -Reviewed Records G: Historical Fire Insurance Maps H: Historical Topographic Maps I: Historical Aerial Photographs J: Historical City Directories K: Site Photographs L: Qualifications of Consultants BRAUN INTERTEC Table of Contents Description Page Executive Summary A 1.0 Introduction 1 1.1 Purpose .1 1.2 Scope of Services 2 1.3 Use of Report 2 1.4 Limitations, Significant Assumptions, and Exceptions 3 1.5 Viability .4 2.0 User Provided Information 4 2.1 Environmental Liens 5 2.2 Activity and Use Limitations 5 2.3 Specialized Knowledge 5 2.4 Valuation Reduction for Environmental Issues 5 2.5 Commonly Known or Reasonably Ascertainable Information 6 2.6 Degree of Obviousness 6 2.7 Other ....6 3.0 Site Location and Description 6 3.1 Site Location 7 3.2 Site Description and Use 7 3.3 Current Uses of the Adjoining Properties 7 4.0 Records Review .8 4.1 Physical Setting 8 4.1.1 Topography 8 4.1.2 Soil 8 4.1.3 Geology 8 4.1.4 Hydrogeology 8 4.2 Regulatory Database Review 9 4.2.1 Site 9 4.2.2 Adjoining Properties 9 4.2.3 Surrounding Area 10 4.2.4 Unmapped Sites 10 4.2.5 Additional Environmental Record Sources 10 4.2.6 Regulatory Agency File and Records Review 12 4.3 Historical Use Information Review 12 4.3.1 Fire Insurance Maps 12 4.3.2 Topographic Maps 13 4.3.3 Aerial Photographs 13 4.3.4 City Directories 14 4.3.5 Building Department Records 14 4.3.6 Previous Environmental Documents 14 4.3.7 Other Historical Resources 15 4.3.8 Summary of Site History 15 4.3.9 Summary of Historical Information for Adjoining and Area Properties 15 5.0 Site Reconnaissance 15 5.1 Observations, Methodology and Limiting Conditions 15 5.2 Site Observations 16 BRAUN INTERTEC BRAUN INTERTEC The Sdnnce You Build On. Braun Intertec Corporation 714 5 Greenville Ave, Ste 160 Allen, TX 75002 Phone: 972.516.0300 Fax: 972.516.4145 Web: braunintertec.com February 3, 2023 Project B2300885 Mr. Dylan Swoboda Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Re: Phase I Environmental Site Assessment Westside IV Elevated Storage Tank Tarrant County, Texas Dear Mr. Swoboda: In accordance with your written authorization, Braun Intertec Corporation conducted a Phase I Environmental Site Assessment (ESA) of the above -referenced property (Site). The objective of the Phase I ESA was to identify recognized environmental conditions in connection with the Site and to assist in satisfying All Appropriate Inquiries (AAI) standards and practices. The Phase I ESA was conducted in general conformance with the scope and limitations of ASTM International (ASTM) Practice E1527-13 and 40 Code of Federal Regulations (CFR) Part 312. This assessment also incorporates procedures that meet the protocols established in the recently issued ASTM E1527-21 (refer to Section 1.1 for discussion). The Phase I ESA was prepared on behalf of, and for use by Kimley-Horn & Associates, Inc. No other party has a right to rely on the contents of the Phase I ESA without written authorization by Braun Intertec. The Phase I ESA was prepared in association with the purchase of the Site. Please refer to the attached report for the scope, methods and conclusions of our assessment. We appreciate the opportunity to provide professional services to you for this project. If you have any questions regarding the attached report, please contact Clayton Snider, PG at 972.349.1731 or csnider@braunintertec.com. Sincerely, BRAUN INTERTEC CORPORATION Kenyon Gdwing, GIT nider, PG .Environmental Scientist Attachment: Phase I Environmental Site Assessment Report Clayt S Env' nm ental Professional AA/EOE Phase I Environmental Site Assessment Westside IV Elevated Storage Tank Site Tarrant County, Texas Prepared For Kimley-Horn & Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Project B2300885 February 3, 2023 Braun Intertec Corporation BRAUN I NTERTEC The Science You Build On. THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 GC-4.06 Hazardous Environmental Conditions at Site CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE IV — 1.5 MG EST CITY PROJECT NO. 103292 Project Date: March 2023 Project: Project No.: FREE SWELL TEST RESULTS Westside V Elevated Storage Tarik Fort Worth, Texas 103-21-407 Boring No. Depth Interval (ft.) Sample Description Liquid Limit Plastic Limit Plasticity Index Moisture Content % Percent Swell e ( I) LL PL PI Initial Final B-2 1 - 2 Silty Clay 49 21 28 11.2 26.3 4.1 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.6 Project No. I 103-21-407 Boring No. g B-2 L,lvi j CINUllV CCKV,VL, IIN . — ProjectWestside V Elevated Storage Tank Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 60.0' Completion Date 8-20-21 Depth, Ft. Symbol H Samples Surface Elevation Type CME-55, w/ CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % _J J Plastic Limit, % Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description _ Al —CRUSHED STONE, 3 inches thick 100/1.125" ' ' ' 4.5+ 15 95 11740 4.5+ 49 21 28 11 97 SILTY CLAY. dark brown to brown, wl calcareous _ — — — 5 — ! 1 - \ deposits and limestone fragments, hard I LIMESTONE tan, hard to very hard 100/1" 6 -w/ clay lenses and seams below 4' I I _ - _ - 1 13 I _ LIMESTONE gray, hard to very hard — —15— _ I 00/0.875" 7 I 1 — —21 1 00/0.625" i100/0.5" . — — — �25--, I 1 5 , 1 — — —30- - —I - - _ 40 —45— I 1 100/1.25' I SHALE gray, w/ limestone seams, hard to very — — —1 hard 100/1" 10 —50� -- 100/1.25' SHALY LIMESTONE, gray, w/ shale seams, very — — 5Y hard II I� 00/0.875' 11 i SHALE gray, w/ shaly limestone seams, hard �� _ _ 100/1.5" LOG OF BORING NO. B-2 PLATE A.5 a 0 2 v -, a 0 Y N 0 Z 0 a0 LL 0 0 J Project No. 103-21-407 Boring No. I B-1 Project Westside V Elevated Storage Tank Fort Worth, Texas ivii CIVI 11V CCIU IVC UM- — Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 60.0' Completion Date 8-20-21 Depth, Ft. Symbol r Samples Surface Elevation Type CME-55, w/ CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, % Plastic Limit, % Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description CLAY, dark brown, w/ calcareous nodules, 100/0.87"' 100/1.37' 100/1.37 4.5+ 48 20 28 23 il '�SILTY hard LIMESTONE tan, w/ clay seams, hard clay layer at 6' _ = ; -12-inch thick 00/1.37, 6 I -1 s 100/1.25 13 III —1 LIMESTONE. gray, hard to very hard III 100/1.251111 7 —2I MI 100/1" ■NIIII I•■ ■1 _3i „ _1 1—, 7 _4, 11, 100/1.75' — — SHALE, gray, w/ limestone seams and shaly moderately hard to hard _ limestone seams, T —5I —5 �• _„ _ ,, I , 100/1.75' 100/1.5" 10 ' LOG OF BORING NO. B-1 PLATE A.4 SOIL OR ROCK TYPES o v GRAVEL //./ LEAN CLAY I LIMESTONE _ I • �� • • • • SAND . • • • •SANDY • — — SHALE SILTj71 SILTY _. SANDSTONE — CLAYEY HIGHLY PLASTIC CLAY :::........: C CONGLOMERATE Shelby Tube Auger Split Spoon Rock Core Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 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 Major Divisions Sym. Typical Names Laboratory Classification Criteria Coarse -grained soils (more than half of the material is larger than No. 200 sieve size) Gravels (More than half of coarse fraction is larger than No. 4 sieve size) Clean gravels (Little or no fines) GW Well -graded gravels, gravel- sand mixtures, little or no fines Determine percentages of sand and gravel from grain size curve. Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse -grained soils are classified as follows: Less than 5 percent GW, GP, SW, SP More than 12 percent GM, GC, SM, SC 5 to 12 percent Borderline cases requiring dual symbols (D30)2 C.=Dso greater than 4: C�=------- ---- between 1 and 3 D10 D10 X Deo Not meeting all gradation requirements for GW GP Poorly graded gravels, gravel. sand mixtures, little or no fines Gravels with fines (Appreciable amount of fines) GM Silty gravels, gravel -sand -silt mixtures Liquid and Plastic limits below "A" line or P.I. greater than 4 Liquid and plastic limits plotting in hatched zone p g between 4 and 7 are Liquid and Plastic limits above "A" line with P.I. greater than 7 borderline cases requiring use of dual symbols GC Clayey gravels, gravel -sand- clay mixtures D6o (D30)2 C = reater than 6: C =-------- between 1 and 3 u D g „ Dia X Deo Sands (More than half of coarse fraction is smaller than No. 4 sieve size) Clean sands (Little or no fines) SW Well -graded sands, gravelly sands, little or no fines SP Poorly graded sands; gravelly sands, little or no fines Not meeting all gradation requirements for SW Liquid and Plastic limits below "A" line or P.I. less than 4 Liquid and plastic limits plotting between 4 and 7 borderline Sands with fines (Appreciable amount of fines) SM Silty sands, sand silt mixtures Liquid and Plastic limits above "A" line with P.I. greater than 7 are cases requiring use of dual symbols SC Clayey sands, sand -clay mixtures Fine-grained soils (More than half of material is smaller than No. 200 sieve) Silts and clays (Liquid limit less than 50) ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity ^ CL Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays Plasticity Index 4 9 0 4 4 C CH OL Organic silts and organic silty clays of low plasticity Silts and clays (Liquid limit greater than 50) MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts .P OH and MH CL CH Inorganic clays of high plasticity, fat Ait:1\ t ML arid OL OH Organic clays of medium to high plasticity, organic silts 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit Plasticity Chart U s 2 .� Ou) Pt Peat and other highly organic soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 • 1 1 f ,yp Hers hod yr Sr • LEGEND: Y Boring Location 50 IC() FEE` APPROX'' v"r4- SOURCE GDO GLE EARTH. 2021; IMAGERY DATE: 5.412021 CM) ENGINEERING, INC. CMJ PROJECT No. 103-21-407 PLAN OF BORINGS WESTSIDE IV ELEVATED STORAGE TANn. PRELIMINARY INVESTIGATION FORT WORTH, TEXAS PLATE A.I 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, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and 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. 103-21-407 14 CMJ ENGINEERING, INC. performed. It is not implied that these Togs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water 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 Report No. 103-21-407 13 CMJ ENGINEERING, INC. 8.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 9.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines 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 Togs 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 Report No. 103-21-407 12 CMJ ENGINEERING, INC. 7.5 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 7.6 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. 7.7 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. 7.8 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Report No. 103-21-407 11 CMJ ENGINEERING, INC. structures, pavements, etc. is likely if heaving or settlement occurs. On -site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill in Section 7.2, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 7.4 Excavation Based on the exploration borings, major excavations will encounter limestone in major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned 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. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. 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. Report No. 103-21-407 10 CMJ ENGINEERING, INC. 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. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height (ft.) Horizontal to Vertical 0-3 1:1 3-6 2:1 6-9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. 7.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying Report No. 103-21-407 9 CMJ ENGINEERING, INC. 7.0 EARTHWORK 7.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. 7.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material 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. The on -site soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 40 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Excavated on -site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches is maximum dimension. As the in -situ limestone are generally hard to very hard, significant processing of the limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. 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 Report No. 103-21-407 8 CMJ ENGINEERING, INC. characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 2 inches and a lean concrete mud slab of approximately 2 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 5.0 SITE DRAINAGE An important feature of the project is to provide positive drainage away from the structures, pipe supports, pump pads, slabs or foundations. Positive surface drainage should be provided around the perimeter of the tank. Water must not be allowed to pond near the tank during or after construction. If water is permitted to stand next to or below the structures, pipe trenches, and similar facilities, excessive soil movements can occur. This could result in excessive vertical movements and damage or distortion of the structures or other facilities. Ponding water can result in soil movements exceeding those previously given. A slope of 1.5 to 3 percent should be provided, such that the soil slopes away from the proposed structure, foundations, and excavations. 6.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the borings for the above referenced project the IBC-2015 site classification is TYPE B for preliminary seismic evaluation. Report No. 103-21-407 7 CMJ ENGINEERING, INC. 4.3 Shallow Foundations — Preliminary Recommendations 4.3.1 Design Criteria Reinforced concrete mat foundations may be used to support structural loads for the tank. The foundation may be founded using the following alternate criteria: Table 4.3.1.1 SPREAD/MAT FOUNDATION DESIGN CRITERIA Depth Below Ground (Ft.) Founding Material Allowable Bearing Pressure (ksf) Estimated Settlement (inches) 4 Tan Limestone 14.0 Less than 1 inch This bearing pressure assumes a factor of safety above 3. Allowable pressures for transient loads may be increased by 33 percent. Differential settlement of the foundation is anticipated to be negligible. 4.3.2 Spread/Mat Foundation Construction Spread or mat foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility Report No. 103-21-407 6 CMJ ENGINEERING, LNG 4.0 PRELIMINARY FOUNDATION RECOMMENDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits. 4.2 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground -water conditions, paving and many other factors which affect the structure during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately'/2 to 1 inch have been estimated for the clay soils in a dry condition. The expansive soil movement magnitude is anticipated in the top'/% to 2 feet of soils. Below the 2- foot depth, rock with only occasional clay seams will occur. Any pipeline that enters the tank area at depths of 5 feet, for example, will have limited expansive soil movement below the pipe to act as a differential between the pipe and the footing. Estimates of expansive soil movements between a pipe at a 5-foot depth is anticipated to be on the order of Tess than % inch. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. Report No. 103-21-407 5 CMJ ENGINEERING, INC. Tan limestone containing clay seams, clay lenses, and occasional clay layers is next encountered at depths of to 2 feet. The tan limestone is considered hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of 1 to 1% inches per 100 blows. Gray limestone is next present at a depth of 12 feet below existing grade, underlain by gray shale and shaly limestone below a depth of 40 feet, continuing through boring termination at a depth of 60 feet. The gray shale typically contains shaly limestone seams and limestone seams, while the gray shaly limestone typically contains shale seams. The gray limestone, shaly limestone, and shale are moderately hard to very hard (rock basis), with Texas Cone Penetration (THD) test values of to 2 inches per 100 blows. The Atterberg Limits tests indicate the various clays encountered at this site are moderately active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. 3.2 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was not encountered during drilling in Borings B-1 or B-2 and the boreholes were dry at completion of drilling operations. 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 ground -water conditions will vary with fluctuations in rainfall. Perched water may occur atop or within the tan limestone during periods of heavy or extended rainfall. Fluctuations of the ground -water 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. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. Report No. 103-21-407 4 CMJ ENGINEERING, INC. 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 and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring Togs. A swell test was performed on a specimen from a selected sample of the clays. This test was performed to help in evaluating the swell potential of near -surface soils in the area of the proposed structure. The results of the swell test are presented on Plate A.6. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring Togs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are 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. Crushed stone surfacing is present at Boring B-2, with a thickness of 3 inches. The surficial soils consist of 'A to 2 feet of dark brown and brown silty clays containing calcareous nodules, calcareous deposits, and limestone fragments. The surficial silty clays had tested Liquid Limits (LL) of 48 to 49 with a Plasticity Index (PI) of 28 and are classified as CL by the USCS. The clayey soils were generally hard (soil basis) in consistency with pocket penetrometer readings of over 4.5 tsf. Tested unit weight values were 95 to 97 pcf and a tested unconfined compressive strength was 11,740 psf. Report No. 103-21-407 3 CMJ ENGINEERING, INC. 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by two (2) vertical soil borings drilled to a depth of 60 feet below existing grade in the proposed tank vicinity. The borings were drilled using 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 and A.5 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Report No. 103-21-407 2 CMJ ENGINEERING, INC. 1.0 INTRODUCTION 1.1 Project Description The project site is located approximately 1'% miles south of Aledo Iona Road and 1 % miles east of FM 1187 near latitude 32.6593°, longitude -97.5482° (WGS 84) in Fort Worth, Tarrant County, Texas. The project, as currently planned, will consist of an elevated water tank. This report is for the preliminary investigation only. Final geotechnical exploration and analysis is required once the tank size and location are known. The location of the 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, and develop preliminary recommendations for the type or types of foundations suitable for the project. 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 preliminary geotechnical recommendations for the proposed construction. 1.3 Report Format The text of the report is contained in Sections 1 through 9. 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. 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). Report No. 103-21-407 CMJ ENGINEERING, INC. TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS 3 4.0 PRELIMINARY FOUNDATION RECOMMENDATIONS 5 5.0 SITE DRAINAGE 7 6.0 SEISMIC CONSIDERATIONS 7 7.0 EARTHWORK 8 8.0 CONSTRUCTION OBSERVATIONS 12 9.0 REPORT CLOSURE 12 Plan of Borings APPENDIX A Unified Soil Classification System Key to Classification and Symbols Logs of Borings Swell Test Results Plate A.1 A.2 A.3 A.4 — A.5 A.6 Ci Engines ��iq September 9, 2021 Report No. 103-21-407 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Jenifer Tatum, P.E, GEOTECHNICAL ENGINEERING STUDY PRELIMINARY INVESTIGATION WESTSIDE IV ELEVATED STORAGE TANK FORT WORTH, TEXAS Dear Ms. Tatum: Submitted here are the results of a geotechnical engineering study for the referenced project. The geotechnical services were conducted in general accordance with CMJ Proposal 21-8128 (Revised) dated July 20, 2021. Authorization to proceed was provided via Kimley-Horn Individual Project Order (IPO) Number 061018398 dated July 22, 2021. Engineering analyses and recommendations are contained in the text section of the report. 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 the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to the Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION F-9177 .Or"'�\ —.ErE OF�‘ J/ AMES P. SAPPINGTON, IV % r(I ttl - . 97402 44.! r. James ". Sappington, IV, P.E. r%;8s :`ENS N�' „% Presid- t �+' Texas o. 97402 copies submitted: (2) Ms. Jenifer Tatum, P.E.; Kirnley-Horn and Associates, Inc. (email & mail) CMJ Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com GEOTECHNICAL ENGINEERING STUDY PRELIMINARY INVESTIGATION WESTSIDE IV ELEVATED STORAGE TANK FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. September 2021 PROJECT NO. 103-21-407 5 5 2 4 cn 0 • 3 0) 1 0 5 4 0 • 3 -65 o .1- m 2 O 0 0% 5% 10% 3 0% w 0, 3 2 1 0 5% 10% 4 cn cn 92 3 0) 1 ow m 2 0 a) 0 5 4 cn cn 3 0) 0 w 2 0 0 0% 5% 10% 4 0% 5% 10% Peak Strength Total a= 1.88 tsf a= 0.0 deg tan a= 0.00 0 1 2 3 p, tsf 4 5 6 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 13.0'-15.0' Project No.: 103-21-407 M L Testing, LLC PLATE A.23 Deviator Stress, tsf Shear Stress, tsf 6 4 3 2 1 0 2.4 1.6 0.8 Results ' --T -F- T r T -I I . -. - i ; F -- �.. - - i - - - _ —_ _ F_ C, tsf 1.885 -- --- —T - (I), deg 0 , Tan(4) 0 ■ 4.-'--------,...,\I\E---- ■ T ■41-11- ■ 08 16 24 0 25 5 75 Axial Strain, % 10 1 Normal Stress, tsf 32 4 4.8 Sample No. 1 Water Content, % Dry Density, pcf Saturation, Void Ratio Diameter, in. Height, in. 16.0 116.0 99.4 0.4257 2.75 3.91 N h Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 16.1 116.0 100.0 0.4257 2.75 3.91 Type of Test: Unconsolidated Undrained Sample Type: Undisturbed Description: Clay, wthd. shaley Light tan & gray blocky Assumed Specific Gravity= 2.65 Rema rks: Strain rate, in./min. Back Pressure, psi Cell Pressure, psi Fail. Stress, tsf Ult. Stress, tsf a, Failure, tsf a, Failure, tsf 0.00 12.00 3.77 4.63 0.86 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 13.0'-15.0' Proj. No.: 103-21-407 Date Sampled: 11 /25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale, TX PLATE A.22 2 1 2 2 1.6 c) 0.8 0 0.4 0 2 1.6 1.2 C o w m 0.8 0 0.4 0 0% 0% 4% 8% 3 w 55 1.2 0.8 0.4 0 4% 8% 0 1.6 0.4 0 0% 2 1.6 0.4 0 4% 8% 4 0% 4% 8% Peak Strength Total a= 0.73 tsf a= 0.0 deg tan a= 0.00 0 04 08 12 p, tsf 16 2 2.4 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 9.0'-10.0' Project No.: 103-21-407 M L Testing, LLC PLATE A.21 Shear Stress, tsf Deviator Stress, tsf 1.2 0.8 0.4 1.5 1.25 0.75 0.5 0.25 0 Results .1---— - ------- - 4--�-- - ---------- T- - — - - -i-� 1-- - �, deg 0 Tan((h) 0 7 - ! 1-1 -I- ---- 4 • III — I-1- T I 04 08 - a I 1 -fi41 --_ 0 25 5 75 Axial Strain, 10 1 12 Normal Stress, tsf 16 2.4 Sample No. 1 Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 11.1 116.7 70.1 0.4181 2.75 3.15 7,1 a) 1- Q Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 15.8 116.7 100.0 0.4181 2.75 3.15 Type of Test: Unconsolidated Undrained Sample Type: Undisturbed Description: Calc. clay, tan w/calc. nods Assumed Specific Gravity= 2.65 Remarks: Strain rate, in./min. Back Pressure, psi Cell Pressure, psi Fail. Stress, tsf Ult. Stress, tsf 61 Failure, tsf 63 Failure, tsf 0.00 8.00 1.47 2.04 0.58 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 9.0'-10.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale, TX PLATE A.20 2.5 1 2.5 2 2 cn 1.5 „, u. 1 0 0.5 0 0% 2.5 2 0.5 0 0% 5% 10% 3 1.8 1.2 0.6 0 5% 10% 2 1.5 1 0.5 0 2.5 2 1.5 .4 m 5 1 0 0.5 0 0% 5% 10% 4 0% 5% 10% Peak Strength Total a= 1.11 tsf a= 0.0 deg tan a= 0.00 0 06 12 18 p, tsf 24 3 3.6 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 1.0'-3.0' Project No.: 103-21-407 M L Testing, LLC PLATE A.19 Shear Stress, tsf Deviator Stress, tsf 1.2 0.8 0.4 3 2.5 2 1.5 1 0.5 0 0 Results- -1 , 1 � t -I-1 { C, tsf 1.105 - +1 I i J i--, I- - - --- ,- --: -H --- 1 L �, deg Tan(., 0 --- - i r -G 1 11 11111 EE ME EE II L - —{ --' - 1 —r -' .� --r -- a f- t i ; i I �- -I 1 1- �--- �_ _- ,- _._ _1, . __ I-- __. -{f I , ._ 1 __ _..- -T- L I I -�__ I I • ■ .. - _ r tII at II 0 04 08 1 I , -L_ I- I 1- L I • III- - - - - t r rt 0 10 15 Axial Strain, % 20 1 12 Normal Stress, tsf 16 2 2.4 Sample No. 1 m Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 21.0 104.9 96.5 0.5777 2.75 4.10 a) Water Content, % Dry Density, pcf Saturation, % Void Ratio Diameter, in. Height, in. 21.8 104.9 100.0 0.5777 2.75 4.10 Type of Test: Unconsolidated Undrained Sample Type: Undisturbed Description: Clay, brown w/LS Rock Assumed Specific Gravity= 2.65 Remarks: Strain rate, in./min. Back Pressure, psi CeII Pressure, psi Fail. Stress, tsf UIt. Stress, tsf a, Failure, tsf a3 Failure, tsf 0.00 2.00 2.21 2.35 0.14 Client: Project: Westside V Est and Transmission Main -Fort Worth Location: B-13 Depth: 1.0'-3.0' Proj. No.: 103-21-407 Date Sampled: 11/25/2021 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Bluff Dale, TX PLATE A_1R N N N 0 0 0 a' n O O 0 Z cn m LL 0 0 0 Project No. 103-21-407 Boring No. B-16 Project Westside IV EST and Water Transmission Main Fort Worth, Texas L..LVI j cwV,uNcrKUNL, USA-. — Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25 0• Completion Date 11-9-21 Depth, Ft. _ o E u) 2 a) Q g Surface Elevation Type CME-75, w/ CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, o a__ Q E J J Plastic Limit, % a x m -o a 5 Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description — — 5 — _ —15—' 7CLAY, dark brown, w/ ironstone nodules and stiff 1.75 69 26 43 32 limestone fragments, 1.5 21 CLAY, light brown, light reddish brown and gray, w/ nodules, calcareous deposits, ironstone limestone fragments, stiff 1.5 21 calcareous nodules, and 2.5 64 18 46 15 2.5 17 103 2380 4.5+ 17 109 7710 — J— —20— _ —r_ —25— --- — — - SHALE, gray, w/ limestone seams and layers, hard 24' — moderately - very hard below — 100/3.5" 100/0.5" LOG OF BORING NO. B-16 PLATE A.17 N 04 f. 8 U -, a C9 0 N M 0 Z O 0 0 0 Project No. 103-21-407 Boring No. B-15 LIV1' cLV\�Ilvcr.I I M, IN%-. — Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0• Completion Date 11-9-21 11 Q Surface Elevation Type CME-75, wl CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % -0 o Q E J J Plastic Limit, a X N -0 0_ C Moisture Content, % Unit Dry Wt. LbsJCu. Ft. Unconfined Compression Pounds/Sq. Ft. p .0 y G Stratum Description — _ _ ,CLAY, dark brown, w/ ironstone nodules and 2.25 39 81 2980 limestone fragments, stiff to very stiff 3.0 79 22 57 25 38 3 LIMESTONE tan, weathered, w/ clay seams, soft -5 4.5+ 44 16 28 17 SANDY CLAY reddish brown and gray, w/ — — —1 r ironstone nodules, iron seams, calcareous nodules, and gravel, very stiff to hard 3.75 20 100 2960 1 i ! SHALY CLAY gray, w/ calcareous nodules and shale seams, very stiff �-- _ _ _ -1 _ _ LIMESTONE gray, w/ shale seams and layers, I hard to very hard — _ I l 100/0.5" 1 — I 100/0.75' 1 1 —20 — _ — —2 I 100/1' I I LOG OF BORING NO. B-15 PLATE A.16 Project No. 103-21-407 Boring No. B-14 1.1V1 j nwlalINLL INU INl-. — Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0. Completion Date 11-9-21 Depth, Ft. Surface Elevation Type CME-75, w/ CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % o -o_ 0 J J Plastic Limit, % Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. — o E ) m Q E Stratum Description — %/ 1 CLAY, dark brown, w/ calcareous nodules and 3.25 85 27 58 36 limestone fragments, very stiff 3.25 31 92 4600 -5— LIMESTONE tan, weathered, soft 37 5 I I I ;fig Jam/ — — - 15 CLAY, light reddish brown and gray, w/ iron stains, 2.0 29 94 3290 ironstone nodules, calcareous nodules, and limestone fragments, stiff to very stiff - hard below 13' 3.0 65 17 48 21 4.5+ 68 21 47 21 103 4260 SHALY CLAY tan and gray, w/ ironstone nodules and shale seams, blocky, hard — — LIMESTONE gray, w/ shale seams and layers, I hard to very hard - —20- - — — — — —I 100/0.75' I I I I _ —25— I V 100/1" 1 I LOG OF BORING NO. B-14 PLATE A.15 Project No. 103-21-407 Boring No. B-13 1,_Atli Los -A of ELici IV �,, IDA-. — Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Seepage at 13'; dry at completion Completion Depth 40.0' Completion Date 11-9-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-75, w/ CFA o Lu Q' RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % 13 a Q E •J J Plastic Limit, % 'U /9 'O a c [Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description _ — — ` _ 5 _ —1 ' - — - — _ 1 / %77. i' i,� 7 t iA j �� CLAY, dark brown, w/ calcareous nodules, iron 25 86 96 93 98 0 31 10 93 86 1.75 64 17 47 25 stains, ironstone nodules, and limestone fragments, stiff 21 105 12 � � .� f SANDY SILTY CLAY light brown and light reddish brown, w/ calcareous deposits and limestone fragments, stiff to hard 16 46 15 31 5 28 11 11 117 4.5+ 17 108 4080 4.5+ 57 17 40 14 SHALY CLAY Tight brown, light reddish brown, and gray, wl calcareous nodules, calcareous deposits, ironstone nodules, and limestone fragments, blocky, hard 16 116 4.5+ 24 102 2970 LIMESTONE tan _ —2 r �II 1111 SHALE, gray, w/ limestone seams and layers, — — —2 —� —35 —4� moderately hard to very hard — — -- 154 202752 140 53568 _ LOG OF BORING NO. B-13 PLATE A.14 c. O O 2 0 0 1 0 N e9 0 Z re 0 CO Q 0 0 Project No. 103-21-407 Boring No. B-12 L.1V1 j nrvuhh 1rvc INC.. - Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; water at 5' at completion Completion Depth 40.0' Completion Date 11-11-21 Depth, Ft. -Q A N \ Surface Elevation Type CME-75, wl CFA REC % RQD Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % oo 'v.E -:in 9 m E a2.1 .� m y a Moisture Content, Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description _ - _ SILTY CLAY, dark brown, wl calcareous nodules 88 86 71 95 100 80 96 21 31 40 80 85 56 73 1 4.5+ 46 19 27 10 and limestone fragments, hard % 100/4.25r r - LIMESTONE tan, w/ clay seams, moderately hard I I to very hard _ 5 - - - - - - -10--�L - - I 152 537984 - - -15- - - - - s -20 - -25-J - - - ---- -30--' - --\ -35— - .r_ - -L-_=' - ---- -40------ I 141 32400 - - - --- -- - �— — r r SHALE, gray, w/ limestone seams, moderately hard to hard — - 151 64080 137 30960 — -- -' LOG OF BORING NO. B-12 PLATE A.13 • N N 0 O. O. 0 0 N 0 LL 0 0 Project No. 103-21-407 Boring No. B-11 Project Westside IV EST and Water Transmission Main L."' "P1l,,:���i.,Iv, . IN,.. - Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0' Completion Date 11-11-21 Depth, Ft. Surface Elevation Type CME-75, w/ CFA REC % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Plastic Limit, % Moisture Content. Unit Dry Wt. LbsJCu. Ft. Unconfined Compression Pounds/Sq. Ft. — o E a, , E g Stratum Description o Q a w r; QE J J U - X Gov a- c CLAY, dark brown, w/ calcareous nodules and 4.0 64 21 43 20 - limestone fragments, very stiff -4. CLAY, light brown, wi calcareous nodules, 4.5+ 51 16 35 11 123 15960 - ironstone nodules, and limestone fragments, very - stiff to hard 3.75 15 —5 - limestone layers - - w/ abundant weathered seams and 5.5' 100/8.75' _below 4.0 55 16 39 16 112 5600 — - - - SHALE, gray, w/ limestone seams, moderately hard _ 100/3.5" —15—=—X — - - hard to very hard below 19' 100/1" —20 I LIMESTONE gray, very hard _ - I _ - - I I 1 1 100/0.5" --25— I — - LOG OF BORING NO. B-11 PLATE A.12 Project No. 103-21-407 Boring No. B-10 L.1V1 j tNU11NttK11N(, INC- — Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0. Completion Date 11-16-21 Depth, Ft. Surface Elevation Type CME-75, w/ CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % o -o_ �E@E JJ . o aJ Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. _ o .n cn 0) a) Q 6,3 Stratum Description — —�rJ — —5 _ — — —1 • _ —15 _ —2I — %/ / zip, ../AP �/ Af CLAY, dark brown and brown, w/ iron stains, 2.5 29 ironstone nodules, and limestone fragments, stiff to very stiff - hard below 4' 3.75 80 25 55 23 4.5+ 20 103 11330 4.5+ 76 20 56 21 SHALY CLAY light brown and gray, w/ iron stains, ironstone nodules, calcareous nodules, and gravel, blocky, hard w/ weathered limestone seams below 14' 4,5+ 19 4.5+ 15 111 5910 i iii // 4.5+ 64 22 42 19 i 4 — — — — —25— LIMESTONE, gray, w/ shale seams and layers, I moderately hard to hard — — I I 100/2" I -r LOG OF BORING NO. B-10 PLATE A.11 Project No. 1Westside 103-21-407 BoringNo. B-9 Project L.1VIJ GINl11NCr1,,1Nl,11,1l-. — IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 26.0. Completion Date 11-16-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-75, wl CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % JJ �o a_J Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description — _ — _ _I —5— — — — — — —I 7 CLAY, dark brown, w/ calcareous nodules and 4.5+ 51 19 32 18 limestone fragments, hard 50/3" 12 j LIMESTONE tan, w/ clay layers, hard to very hard I - moderately hard above 4' 100/1" I 1 I 100/1" _ —10— _ I 1 1 I — —I — — —15— — — — — — — — _ 1 LIMESTONE, gray, w/ shale seams and layers, I hard to very hard _ - moderately hard below 24' — 100/0.75' 6 I I 100/1" I —20- - - _ = I - - —25— 100/2.5" (I _L LOG OF BORING NO. B-9 PLATE A.10 N N N ❑ 0 U a 0 cJ 0, 0 Z 0 0 0 0 Project No. 103-21-407 Boring No. B-8 Project Westside IV EST and Water Transmission Main Fort Worth, Texas k.AVIJ LINUINCCIUNU INC-. — Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0. Completion Date 11-16-21 Depth, FL Symbol / Samples Surface Elevation Type CME-75, w/ CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, , J J Plastic Limit, 'FA -0 a P Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description CLAY, dark brown, w/ iron stains, ironstone limestone fragments, stiff to hard 3.0 22 99 4940 nodules, and 4.5+ 19 _ — -- LIMESTONE tan, moderately hard 100/2.5" 1 — I LIMESTONE, gray, w/ shale seams and layers, hard I hard to very I — —10— — — — — I 100/0.75' 15 I 1 I I _ —15— 100/1" I _ — — _ — — _I — — 1 I 100/0.5" I — —25— I 1 I 100/0.75' LOG OF BORING NO. B-8 PLATE A.9 Project No. 103-21-407 Boring No. B-7 Project Westside IV EST and Water Transmission Main L.'V'1 LIVt.IIV LLRI VIs Mil.. — Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25.0. Completion Date 11-16-21 LL .z o Symbol Samples Surface Elevation Type CME-75, w! CFA a w cr RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, a ae vE J J Plastic Limit, % Plasticity Index Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description %' SILTY CLAY, dark brown, w/ abundant limestone 4.5+ 10 fragments, hard r _ — --L — 5—, — — i LIMESTONE tan, w/ clay seams and layers, hard r to very hard I 100/1.5" 5 I I I —1 I 100/1" I 10 — —1 1 10 010.7 5 10 ^1 — — - —20— LIMESTONE gray, hard to very hard I - w/ shale layers below 21' _ — I r 100/0.75' I I I — _25— I T� 100/1.5` T LOG OF BORING NO. B-7 PLATE A.8 U' 0 0 a 0 N O U cc 0 0 m LL 0 0 -J Project No. 103-21-407 Boring No. B-6 Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 25 0' Completion Date 11-11-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-75, w/ CFA REC RQD Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % o -o - J J Plastic Limit, % z, x �a a Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description — 5 — — — — — CLAY, dark brown, w/ calcareous nodules, 4.5+ 58 17 41 17 108 11420 calcareous deposits, ironstone nodules, and limestone fragments, hard % 100/1.5" LIMESTONE, tan, w/ clay seams, hard to very hard - moderately hard 9'-10' 100/0.5" 4 I i I —10— 100/6.5" I I — — —I — — —15— — — I 100/1.25' I _2 — — _ _ —25— LIMESTONE, gray, very hard — _ 100/0.75' I it I 100/0.5" I LOG OF BORING NO. B-6 PLATE A.7 f 0 2 0 U a. a 0 0 N M Z CC 0 G, 0 0 8 Project No. 103-21-407 Boring No. B-5 Project Westside IV EST and Water Transmission Main Fort Worth, Texas .. 1v11 `.U,�:,:K,.C,,NL- Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 30.0' Completion Date 11-11 _21 it . 0 Symbol Samples Surface Elevation Type CME-75, w/ CFA o w RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % o P., 'v.E Plastic Limit, w v Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description - - - - CLAY, dark brown, wl calcareous nodules and /'' very stiff 1 3.5 62 21 41 16 1 limestone fragments, 100/0.5" 1 LIMESTONE tan, w/ clay seams, very hard — 5 — 100/0.75' 5 - _ -- I I I 1 100/0.75� 7 = 10 1 LIMESTONE, gray, very hard I - —15— I I ! 100l0.75' - - I —2 _ _ - - - - 100/0.5' I I I 1 I 100/0.5" - —30— 100/0.5" I I T LOG OF BORING NO. B-5 PLATE A.6 Project No. 103-21-407 Boring No. B-4 1..1V1 j bncaNLLKIN03 INL. — Project Westside IV EST and Water Transmission Main Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 30.0' Completion Date 11-11..21 Depth, Ft. Surface Elevation Type CME-75, w/ CFA IREC% RQD o, o ,E - m 3cLi' omvi mo_ Passing No 200 Sieve, % Liquid Limit, % �o m= CO a 0 .> Wuxi ma a5 Moisture Content, Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. .8 E in o. E in Stratum Description _ — ^ _ CLAY, dark brown, w/ calcareous nodules and 3.0 62 20 42 22 limestone fragments, stiff to very stiff / 100/5.5" 1 LIMESTONE tan, w/ clay seams, hard to very hard 1 1 - moderately hard above 2' — 5 — 100/1.5' 4 _ — 1 I I 100/0.75' LIMESTONE gray, very hard - 1 _ —1 — — — 100/0.75' S - I ---2 0 1 100/0.5" I — — — — — I I I 1 1 1 100/0.5" I —25 — — I 1 — --30— 100/0.75' LOG OF BORING NO. B-4 PLATE A.5 Project No. 103-21-407 Boring No. B-3 Project Westside IV EST and Water Transmission Main Fort Worth, Texas iv13 CM""`t«INL."C-. — Location See Plate A.1 Water Observations Dry during drilling; water at 17' at completion Completion Depth 60.0' Completion Date 11-12-21 Depth, Ft. Symbol Samples Surface Elevation Type CME-75, wl CFA REC % RQD % Blows/Ft. or Pen Reading, T.S.F. Passing No 200 Sieve, % Liquid Limit, % Plastic Limit, % .0 r; X y N (0 'p 0_c Moisture Content, % Unit Dry Wt. Lbs./Cu. Ft. Unconfined Compression Pounds/Sq. Ft. Stratum Description — _ — — — CLAY, dark brown, w/limestone fragments and nodules, stiff r 2.5 62 22 40 21 calcareous 100/5" LIMESTONE tan, w/ clay seams, hard to very hard above 4' — 5 — — — _ — — — — - moderately hard I ! 100/1.25' 5 i I �IT I 1 11 100/0.5" 8 -10 — — —1 — — —15 7 _ _ — - - — I LIMESTONK gray, hard to very hard I I I 100/0.5" I / 100/0.5" 20 — — — — I I _ _2 — _ — — 100/0.75' —30— — — — — _ _ = 100/1" I —35— — — 1 d 100/0.75' I _ ___ _ _— —40 _ ,__ —4�---/ —50,— —55� —60-,- — — -1 SHALE, gray, w/ limestone seams, hard to very above 40' — hard - moderately hard — 100/5.75' 100/0.75' 100/0.75' 100/0.75' 100/1" LOG OF BORING NO. B-3 PLATE A.4 SOIL OR ROCK TYPES Me. . m e GRAVEL / � LEAN CLAY I LIMESTONE I I 1 1 • • •• . • •••• ••• SAND • • • • •SANDY _ -- SHALE SILT SILTY —.--• . SANDSTONE Aj LYC CLAY HPLASIGHTI j CLAYEY Tube Shelby Auger Split Spoon Rock Core Cone Pen No Recovery CONGLOMERATE TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 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°/0 10 to 30 Medium Dense 40 to 70°/0 30 to 50 Dense 70 to 90°/0 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 Major Divisions Sym. Typical Names Laboratory Classification Criteria Coarse -grained soils (more than half of the material is larger than No. 200 sieve size) Gravels (More than half of coarse fraction is larger than No. 4 sieve size) Clean gravels (Little or no fines) GW Well -graded gravels, gravel- sand mixtures, little or no fines Determine percentages of sand and gravel from grain size curve. Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse -grained soils are classified as follows: Less than 5 percent GW, GP, SW, SP More than 12 percent GM, GC, SM, SC 5 to 12 percent .Borderline cases requiring dual symbols ❑fi0 (D30)2 Cu= greater than 4: Cc= ------------ between 1 and 3 D10 D70 x Dso Not meeting all gradation requirements for GW GP Poorly graded gravels, gravel sand mixtures, little or no fines Gravels with fines (Appreciable amount of fines) GM Silty gravels, gravel -sand -silt mixtures Liquid and Plastic limits below "A" line or P.I. greater than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting in hatched zone p g GC Clayey gravels, gravel -sand- clay mixtures Sands (More than half of coarse fraction is smaller than No. 4 sieve size) Clean sands (Little or no fines) SW Well -graded sands, gravelly sands, little or no fines D =D60 greater than 6: C — ___(D3p)2 u D10 1 and 3 - between D x D 10 so SP Poorly graded sands; gravelly sands, little or no fines Not meeting all gradation requirements for SW Sands with fines (Appreciable amount of fines) SM Silty sands, sand -silt mixtures Liquid and Plastic limits below "A" line or P.I. less than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting between 4 and 7 SC Clayey sands, sand -clay mixtures Fine-grained soils (More than half of material is smaller than No. 200 sieve) Silts and clays (Liquid limit less than 50) ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Plasticity Index N W A CT a) o0 ? v $ P O 4 Q o 100 CL Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays CH OL Organic silts and organic silty clays of low plasticity Silts and clays (Liquid limit greater than 50) MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts 4t `' OH and MH CL CH Inorganic clays of high plasticity, fat clays MLand OL ,•:„,i:\,,, OH Organic clays of medium to high plasticity, organic silts 10 20 30 40 50 so 70 80 so Liquid Limit Plasticity Chart U cn - CO 'o OCA Pt Peat and other highly organic soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 lfr A<EDp RpAO ocation B-16+ B-15+ B-14+ B-13+ B-12 B-10+ B-11 b. MATCHLINE .,r SOURCE: GOOGLE EARTH, 2021; IMAGERY DATE: 11/15/2020 CMJENGINEERING, INC. CMJ PROJECT No. 103-21-407 PLAN OF BORINGS WESTSIDE IV ELEVATED STORAGE TANK & WATER TRANSMISSION MAIN FORT WORTH, TEXAS PLATE A.1B