Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 60542
FORTWORTH Cn, SErPETARY GGiNTRACT NO, 106 2, CONTRACT FOR THE CONSTRUCTION OF SOUTHSIDE IV FLOW TRANSFER STATION Mattie Parker Mayor City Project No. 103116-2 David Cooke City Manager Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department AUGUST 2023 Freese and Nichols, Inc. 801 Cherry Street, Suite 2800 Fort Worth, Texas 76102 Texas Registered Engineering Firm No. F-2144 Uf�ICIAL RECORD C11Y -KAETARY FT C4"C.I , TX CSO RECD NOV 30123 AH10:22 CONTRACT FOR THE CONSTRUCTION OF SOUTHSIDE IV FLOW TRANSFER STATION Mattie Parker Mayor City Project No. 103116-2 David Cooke City Manager Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department AUGUST 2023 Freese and Nichols, Inc. 801 Cherry Street, Suite 2800 Fort Worth, Texas 76102 Texas Registered Engineering Firm No. F-2144 00 00 00 - 1 DESIGN PROFESSIONAL SEALS SECTION 00 00 00 DESIGN PROFESSIONAL SEALS ISSUED FOR BID Specification Sections Sealed DIV 00 OF 1111 DIV 01 �P•.•••••••• F-I 1 DIV 03 •'s*�l� DIV 22 ........................ DIV 3 3 / OLIVIA KERSS / ........................./ �0120089 0Io,�sSICENS9. G� _111;0 7/21 /2023 TEXAS REGISTERED ENGINEERING FIRM F- 2144 ISSUED FOR BID Specification Sections Sealed 06/26/23 DIV 26 DIV 40 TEXAS REGISTERED ENGINEERING FIRM F-2593 END OF SECTION Page 1 of 1 SS7V Flom Transfer Slalion Citt' Project Number: 103116-2 FORTWORTH@1* City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page l of SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 0710112011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/20_17 0043 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalification 01/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 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 11/23/2021 0061 13 Performance Bond 07/01/2011 1 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 0061 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 2500 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 08/15/2017 01 32 16 Construction Schedule 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning I 07/01/2011 01 7500 Startup and Adjusting (FNI) 01 77 19 Closeout Requirements 03/22/2021 01 7823 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite, Project Number 103116-2 Revised December 9, 2022 11iff ell 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Training of Operation and Maintenance Personnel (FNI) Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 22 - Plumbing 22 14 29.16 1 Submersible Sump Pumps (FNI) Division 26 - Electrical 26 00 00 Electrical General Provisions (GAI) 2605 19 Low -Voltage Wires and Cables- (1000 Volts Maximum) (GAI) 26 05 26 Grounding and Bonding System (GAI) 26 05 29 Electrical Support Hardware (CAI) 26 05 33 Raceways, Boxes, Enclosures and Fittings (GAI) 26 05 43 Underground System (GAI) 26 24 16 Panelboards (GAI) 26 27 26 Light Switches and Receptacles (CAI) 2628 16 Low Voltage Enclosed Circuit Breakers and Safety Switches (GAI) 2643 13 Low Voltage AC Surge Protective Devices (SPDs) (GAI) 26 50 00 Lighting System (GAI) Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill 33 05 16 Concrete Water Vaults 33 11 10 Ductile Iron Pipe 33 12 16.21 Pressure Sustaining Valve (FNI) Division 40 — Process Integration 40 61 00 Process Control Systems General Provisions (GAI) 40 61 96 Process Control Descriptions (GAI) 40 63 00 Programmable Logic Controller (GAI) 40 66 00 Communications Interface Equipment (GAI) 40 67 00 Process Control Systems Control Panels (GAI) 40 68 60 Application Services (GAI) 40 70 50 Instrument Support Hardware (CAI) 40 71 00 Flow Measurement (GAI) 40 72 00 Level Measurement (GAI) 40 73 00 Pressure Measurement (GAI) 40 78 00 Panel Mounted Control Devices (GAI) 40 80 00 Commissioning of Process Control Systems (GAI) CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.foi-tworthtexas.2ov/ProiectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 3000 Cast -In -Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 B ArT. difie tions to Existing `one-ete Stf+et„res i2/7rc�,-201/20Q Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 2605 10 Demolition for Electrical Systems 12/20/2012 26 0T33 Raeo.: ays and Boxes for- 1~'lo-_Okx! SJLtgems 17/z-�-20100 2 2605 43 r r defg., tmd Pilo-, P_a,.o.. ays for- Eleetriea Syste . � 07/nm l�1n 2605 50 Communications Multi -Duct Conduit 02/26/2016 Division 31 - Earthwork 31 0000 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 2400 Embankments 01/28/2013 31 2500 3.1-36 00 Erosion and Sediment Control Gabions 04/29/2021 „n Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 3201 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 116 Bank UL :Paving 12 /� �.i 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitY Project Number 103116-2 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 3231 13 Chain Fences and Gates 12/20/2012 3231 26 Wire Fences and Gates 12/20/2012I 3231 29 Wood Fences and Gates 12/20/2012 3232 13 Cast in Dlaee Cone-ete Detaining Walls 06/nvvr05 A18 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 3292 14 Non -Native Seeding 05/13/2021 32 93 43 I Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing rnSpcctSeie 09/07/2018 n-r/1r 33 01-32 ClosedCir- Ed -it Television Sanitafy EIAse4-Ci reuit TAeyisi6n (CCTV) iffspeefien Storm Dv--.n 11 I 0311�z 33 03 8 Bypass r, 0f Sew -or F//U-c s / z 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 3304 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 0440 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 0450 Cleaning of Pipes I 03/11/2022 33 05 g Utility Trench >~.,,..,y tion, Eknbadme„t and B,,ekfill I nn /n r 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade 3-3-05 16 33 05 17 33o520 33 05 1 Gen fete W ter Vaults Concrete Collars Auger Bering Tunnel Liner- Plate 03/11/2022 12/24/2012 12/20/2012 33 05 2 33 05 3 33 05 24 Steel Casing -Pipe H-afl- l T„„„el ng Installation of Carrier Pipe in Casing or Tunnel Liner Plate 17Pz 1;wo/pz 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 22� Bolts, Nuts, and Gaskets 12/20/2012 33 11 11 Duet;le lr-a Ri a Ductile Iron Fittings 12,109,12022 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 1 1 1 3 Conerote Pressure Pipe Bar Wrapped, Stool Cylinder Type 112/2z 33 11 14 Ruried-gtec) Piro and-Fi4ings 12/�12 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 122 33 12 11 33 1220 Resilient Seated Gate Valve 1. z 05/06/2015 nnn�9 33 1221 33 1225 AWWA Rubber- Seated Butter -fly V Connection to Existing Water Mains I 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 33 31 12 Cured in Dlaee Pipe (CIPP) 17/7 i CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of6 33 3i 3 -Fiber-glass n e:„f Fee,l Pipe f G. ayit., Saninr/j Sewer-s 12 /2w2o 1 q 33 31 High Density Polyethylene (14PP ) D:„e for- c„„:tmy cewe.- nn/�2n0W 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 Polyvinyl G ler-i a (PNI ) Closed seProfile !`_.ayit., ✓K�tz 33 3� �? ) 33 3,1 SafiitaFy SeAoy 61ip Li,n�iN 33 31 23 Sanitaryy Sewer- D:„e Enlargement 33�-3i so Sanitaryy Sewer- Sefyiee Cenneetions andcerwieo Li nn 2&2013 33 31 70 I Combination Air- Valve for- e.,„;t., Sewer- > eree 1` aii ,�/^fzr n�z 33 39 0 C`\`` in Dkae Ge„erete Manholes 17/l z 33 39 20 ' Precast Concrete Manholes 12/20/2012 2Z� TATanheles i7/7�T2 33-39-40 Write..,°.- n eeess r''L,.,,, ber (WAG) G) 1 ^f1 /7 2 3341 10 I Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 4-111- HighDensity Polyethylene (14DPE) D:„e for Jain �12QQ/2012 313 11 12 I De;„F .-eea Polyethylene (S PE) D:„e 1 11 1 /1, 13/7no_1__5� 33 11 13 Pe1ypr- py1e„e 4pe �i, 5 1 Dr-a-i�l n6/122 I 3346-00 c..� 12 2 33 4601 Slet4ed Swan 333 466$' n2 Tfe„eh Dr-ai„s 33 49-10 fL` iN Pkcge Manholes and unction u QQQ/ 0112 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 I Kc S igna!s I 03 /,�22 34 41 10.01 n tt, ehm t A Genti:oller-abinet 1 2/ 1 8/20 1 5 34 1 T10v02 rttuC-hiGira—G6}tr-6rrerapeeifzicaiv„ 92/29-1z2 34 41 1 rvn � f ea4ien n 1�2 �-r--:v0�3 i�ttaElii�ielit- r �-�6�t�b'ucGe cei 2 11 2/7n13 ./1 11 1.1 . arm y . T leaf : €: ,-�� 2/1 11 13 I Removing Tr 2 F/:g&Q"c I 03/1�22 zn�0 I Roadway 111uminc-Aie„ Assemblies 12/�,20/20,12 zn n� 1�1T 1 1 06,11542015 �bciy�� �LJ R�Gy L.l�lis����s 2n /1�02 I Fr-eeway LED ne.,,l., ay r . n�/1�'15 34 41 20.03 I Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum C:..„sI 1 1 /1-r-ri-12/20-113 34 41 Single Mede Fiber- Optie Cable rn/7vzr26/2016 3471 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORT11 S51V Flow Transfer Sladon STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cihy Prnjec/ Number 103116-2 Revised December 9, 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, October 31, 2023 LOG NAME: 60SSIVFLOWTRANSFER-CIRCLEH REFERENCE NO.: **M&C 23-0914 SUBJECT. (CD 6) Authorize Execution of a Contract with Circle H Contractors, L.P. in the Amount of $1,341,236.00 for the Southside IV Booster Pump Station and Hydropnuematic Tank Project, Part 2 for the SSIV Flow Transfer Station at Summer Creek Drive and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2024-2028 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Circle H Contractors, L.P. in the amount of $1,341,236.00 for the Southside IV Booster Pump Station and Hydropnuematic Tank project, Part 2 for the construction of SSIV Flow Transfer Station at Summer Creek Drive; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water Impact Fee Fund in the amount of $1,547,903.00 from available funds for the purpose of transferring funds from the Water/Wastewater Wholesale Impact Fees and Water/Wastewater Retail Impact Fee projects (City Project Nos B20004 and B20005) to the Southside IV Booster Pump Station and Hydropnuematic Tank project (City Project No. 103116); and 3. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water Impact Fee Fund in the amount of $1,547,903.00 transferred from the Water/Wastewater Wholesale Impact Fees and Water/Wastewater Retail Impact Fee projects (City Project Nos B20004 and B20005) to the Southside IV Booster Pump Station and Hydropnuematic Tank project (City Project No. 103116) and to effect a portion of Water's Contribution to the Fiscal Years 2024-2028 Capital Improvement Program. DISCUSSION: Construction of the project was advertised for bid on August 3, 2023 and August 10, 2023 in the Fort Worth Star -Telegram. On September 14, 2023, the following bids were received: Bidder (Circle H Contractors, L.P. Acadia Services, LLC Jackson Construction Fort Worth Civil Constructors If Base Bid 11$1,341,236.00 1 $1,633,986.50 $2,025,880.00 11$2,072,082.75 11 Contract Time j 11180 Calendar Days In addition to the contract cost, $139,605.00 is required for project management, inspection, and material testing and $67,062.00 is provided for project contingency. 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 2024-2028 Capital Improvement Program, as follows: 60SSIVFLOWTRANSFER-CIRCLEH capital Project FY2024 CIP Authority I Budget Revised II Fund 1( Name Appropriations Change FY2024 II �I � 1 Name Water 103116 Impact Fee - Pump Fund Station/ 56003 Hydro (Increase/ I Budget Decrease) $0.00 This M&C $1,547,903.00 $1,547,903.00 Funding is available in the W/WW Wholesale Impact Fees and W/WW Retail Impact Fees projects within the Water Impact Fee Fund for the purpose of funding Southside IV Booster Pump Station and Hydropnuematic Tank, Part 2 project within the Water Impact Fee Fund. Appropriations for the Southside IV Booster Pump Station and Hydropnuematic Tank, Part 2 project are as depicted below: Fund Water Impact Fee— Fund 56003 Project Total 1 Existing Appropriations $7,393,383.00 $7,393,383.00 Additional project Total" Appropriations $1,547,903.00 $8,941,286.00 $1,547,903.0011$8,941,286.00 *Numbers rounded for presentation purposes. Business Equity: Circle H Contractors, L.P. is in compliance with City's Business Equity Ordinance by committing to 15 percent MWBE participation on this project. The City's Business Equity goal on this project is 15 percent. The project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the W/WW Wholesale Impact Fees and W/WW Retail Impact Fees projects within the Water Impact Fee Fund and upon adoption of the attached appropriation ordinances, funds will be available in the Water Impact Fee Fund for the SS IV Pump Station/ Hydro Tank project to support the above recommendations and authorization of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs).: TO IFund Department Accoun ' Project jProgram!Activity Budget Reference # ;Amount! ID ID ( Year (Chartfield 2) FROM IFundl Department JAccount� Project Programctivityl Budget Reference # Amount ID ! ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaqer's Office bv: Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Suzanne Abbe (8209) ATTACHMENTS 1. 60SSIVFLOWTRANSFER-CIRCLEH From 1295.pdf (CFW Internal) 2. 60SSIVFLOWTRANSFER-CIRCLEH Comp Memo. pdf (CFW Internal) 3. 60SSIVFLOWTRANSFER-CIRCLEH FID Table (WCF 09.30.23).xlsx (CFW Internal) 4. 60SSIVFLOWTRANSFER-CIRCLEH Map.pdf (Public) 5. 60SSIVFLOWTRANSFER-CIRCLEH.docx (CFW Internal) 6. Entib/Information Circle H.pdf (CFW Internal) 7. ORD.APP 60SSIVFLOWTRANSFER-CIRCLEH 56003 A024(r2) (1).docx (Public) 8. ORD.APP 60SSIVFLOWTRANSFER-CIRCLEH 56003 A024(r3) (4).docx (Public) 9. PBS CPN 103116.pdf (CFW Internal) 60SSIVFLOWTRANSFER-CIRCLEH FID Table 2 56003 0600430 4413023 B20004 2024 $773,952.00 2 56003 0600430 B20004 2024 $773,952.00 2 56003 0600430 4413024 B20005 2024 $773,951.00 2 56003 0600430 B20005 2024 $773,951.00 3 56003 0600430 4956003 103116 2024 $1,547,903.00 3 56003 0600430 103116 2024 $1,547,903.00 1 3 56003 0600430 5900016 B20005 B02000 9999 1 1 $773,951.00 1 2&3 56003 0600430 5110101 103116 001630 9999 $28,166.00 Staff Costs 2&3 56003 0600430 5110101 103116 001680 9999 $70,415.00 Staff Costs 2&3 56003 0600430 5330500 103116 001680 9999 $28,166.00 Consultant lab costs 2&3 56003 0600430 5310350 103116 001680 9999 $9,858.00 Staff lab costs 2&3 56003 0600430 5740010 103116 001680 9999 $67,062.00 Project Contingencies 2&3 56003 0600430 5740010 103116 001680 9999 $1,341,236.00 To pay Contractor 2&3 56003 0600430 5540101 103116 001680 9999 $3,000.00 Public Outreach 00 05 15.03 - I ADDENDUM NO. 3 Pagel of 2 CITY OF FORT WORTH WATER DEPARTMENT SSIV FLOW TRANSFER STATION City Project No. 103116 ADDENDUM NO. 3 Addendum No 3 issued: SEPTEMBER 07, 2023 Bid Receipt Date: SEPTEMBER 14, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103116-2 are hereby revised by this Addendum No. 3 as follows: 1. SPECIFICATIONS: SECTION 40 6100 "PROCESS CONTROL SYSTEMS GENERAL PROVISIONS" Reference page 7, paragraph 1.5.1): Modification: Delete text and replace with the following: D. The PCSI shall be one of the following: 1. Prime Controls 815 Office Park Circle Lewisville, Texas 75057 Attn: Brian Poarch Phone: 972.221.4849 2. Richardson Logic Control 8115 Hicks Hollow McKinney, Texas 75071 Attn: Michel Cunningham Phone: 972.542.7375 3. WHECO Controls 8501 Jacksboro Highway Fort Worth, Texas 76135 Attn: Kent Meyerhoeffer Phone: 817.244.6660 SSIV Flow Transfer Station City Project No. 103116-2 00 05 15.03 - 2 ADDENDUM NO.3 Page 2 of 2 This Addendum No. 3 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: (1) in the space provided in Section 00 4100, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO.3" Include a signed copy of Addendum No. 3 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 3 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 3 RECEIPT ACKNOW�L/EDi;ED: % By: i Company: Christopher Harder, P.E. Director, Water Department By: Tony Sholola, P.E. Assistant Director, Water Department eeg0\\\\ _e �E OF TFeOo O .ei•..................i •• e OLIVIA KERSS s ............ 0............. i 120089 IBO •.I�CEN��O; e�F`SS •.ee..•�NG� 09/07/2023 Q�WIo` FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 3 SSIV Flow Transfer Station City Project No. 103116-2 00 05 15.02 - 1 ADDENDUM NO.2 Page 1 of 2 CITY OF FORT WORTH WATER DEPARTMENT SSIV FLOW TRANSFER STATION City Project No. 103116 ADDENDUM NO. 2 Addendum No 2 issued: AUGUST 24, 2023 Bid Receipt Date: SEPTEMBER 14, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103116-2 are hereby revised by this Addendum No. 2 as follows: 1. SPECIFICATIONS: Replace the Followinq Sections: Replace Section With Section Section 40 7100 "Flow Measurement' I Section 40 71 00 "Flow Measurement' 2. DRAWINGS: Replace the Followinq Sheets: f Replace Sheet With Sheet I� 10-E-04 "Electrical Details and Schedules" 10-E-04 "Electrical Details and Schedules" 10-N-03 "Instrumentation RTU" 10-N-03 "Instrumentation RTU" SSN Flow Transfer Station City Project No. 103116-2 00 05 15.02 - 2 ADDENDUM NO.2 Page 2 of 2 This Addendum No. 2 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2" Include a signed copy of Addendum No. 2 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGED: By: 10 Company: C,', oc,1 e,W ( r,s Christopher !-larder, P.E. Director, Water D pa m nt By: b 9 Tony Sholola, P.E. Assistant Director, Water Department '%jNXN%%% ( OF TF11� "::..................:." / OLIVIA KERSS / .......................� .. i p. 120089 /�0+S�/CE N SRO; s�ONAI•E��� 8/24/2023 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 2 SSIV Flow Transfer Station City Project No. I031 I6-2 7 3 PART1- GENERAL 4 1.1 SCOPE OF WORK SECTION 40 7100 Q FLOW MEASUREMENT 407100- l FLOW MEASUREMENT Page 1 of 6 5 A. Furnish, install and test all flow measurement, flow control devices and appurtenances, 6 as shown on the Drawings, specified in the Related Work Sections and Divisions, and 7 as specified herein. 8 B. Flow equipment, specified in other Divisions, shall be manufactured in accordance with 9 this Section and submitted as a part of the equipment specified in other Divisions. 10 1.2 RELATED WORK 11 A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified. 21 1.3 SUBMITTALS 22 A. Submit catalog data for all items supplied from this specification Section as applicable. 23 Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 24 sufficient to confirm that the meter or relay provides every specified requirement. Any 25 options or exceptions shall be clearly indicated. 26 B. Submittals for equipment specified herein, for other Sections or Divisions, shall be 27 made as a part of equipment submittals furnished under other Sections or Divisions. 28 C. Installation experience documentation shall be submitted for approval with the Section 29 Equipment Submittal 30 D. Operation and Maintenance Manuals. 31 1. Operation and Maintenance manuals shall be constructed in accordance with 32 Division 1 and shall include the following information: 33 a. Manufacturer's contact address and telephone number for parts and service. 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d. Record Documents for the information required by the Submittals above. 37 1.4 REFERENCE CODES AND STANDARDS 38 A. The equipment in this specification shall be designed and manufactured according to 39 latest revision of the following standards (unless otherwise noted): 40 1. ISO 2975/VII liquids and BS 5857-2.4 for gases. Transit Time Meters CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-2 FLOW MEASUREMENT Page 2 of 6 2. American Society of Mechanical Engineers (ASME). 1971. Fluid meters: Their 2 theory and application. 3 3. ASME PTC 19.2 Pressure Measurement 4 4. ANSI B88.1 Pressure Transducers Calibration 5 5. ISA S37.6 Strain Gage Transducers Potentiometric 6 6. Calibration AVS 6.2, 6.4, 6.5 Hazardous Areas 7 7. IEC 79-10 Intrinsically Safe Circuits 8 8. ANSI 913 Electrical Instruments in Hazardous Atmospheres 9 B. All meters, relays and associated equipment shall comply with the requirements of the 10 National Electric Code and Underwriters Laboratories (UL) where applicable. 11 C. Each specified device shall also conform to the standards and codes listed in the 12 individual device paragraphs. 13 1.5 QUALITY ASSURANCE 14 A. The manufacturer of this equipment shall have produced similar instrumentation 15 equipment for a minimum period of five (5) years. When requested by the 16 Owner/Engineer, an acceptable list of installations with similar equipment shall be 17 provided demonstrating compliance with this requirement. 18 B. Equipment submitted shall fit within the space or location shown on the Drawings. 19 Equipment which does not fit within the space or location is not acceptable. 20 C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 21 1.6 WARRANTY 22 A. The Manufacturer shall warrant the equipment to be free from defects in material and 23 workmanship for two (2) years from date of acceptance of the equipment containing the 24 items specified in this Section. Within such period of warranty, the Manufacturer shall 25 promptly furnish all material and labor necessary to return the equipment to new 26 operating condition. Any warranty work requiring shipping or transporting of the 27 equipment shall be performed by the Contractor at no expense to -the Owner. 28 PART 2 - PRODUCTS 29 2.1 ELECTROMAGNETIC FLOW METER 30 A. Subject to compliance with the Contract Documents, the following Manufacturers are 31 acceptable: 32 1. Siemens MAG8000 series 33 2. Approved Equal 34 B. The listing of specific manufacturers above does not imply acceptance of their products 35 that do not meet the specified ratings, features and functions. Manufacturers listed 36 above are not relieved from meeting these specifications in their entirety. 37 C. General 38 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of 39 power and signal conductors as provided with each instrument. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 407100-3 FLOW MEASUREMENT Page 3 of 6 2. Provide a hand-held programmer, for each transmitter, where full setup is not available for the instrument directly. D. Type Microprocessor based intelligent type. a. Fully configurable totalizer b. Transmitter display to include both flow rate with direction as well as totalizer value. c. Self -diagnostics with on display indication of faults. E. Function/Performance: 1. Output: 4-20 mA DC. Output shall be linear for pressure applications. AMI system communications interface. 2. Two passive outputs (MOS), individual galvanically isolated. 3. Accuracy: 0.2 percent of span (linear output). 4. Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50 degrees F temperature change. Effect on accuracy, due to static pressure changes, shall be negligible. 5. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 30 v/m field intensity. 6. Drift: 0.10 percent per six months for 4-20 mA output. 7. Temperature rating: Suitable for process liquid temperature up to 70 degrees C and an ambient of 65 degrees C. 8. Pressure rating: 240 PSI if 150 lb flanges are used; 700 PSI if 300 lb flanges are used. 9. Meter shall be capable of running empty indefinitely without damage to any component. F. Physical: 1. Metering Tube a. Carbon steel with 304 Stainless interiors unless otherwise indicated. b. Electrical Classification: Rating shall be FM approved for the location shown on the Drawings c. Tube Flanges: Match piping AWWA rating of the pipe. Minimum AWWA 150# Flange. d. Tube Liner: Polyurethane or EDPM unless noted otherwise. e. Tube Electrodes: ANSI 316 stainless steel or Hastelloy C, bullet nosed or elliptical self-cleaning type unless otherwise noted. f. Tube Housing: Meters in below grade, vaults, basements, etc., shall be NEMA 6P designed for accidental submergence in 10 meters of water indefinitely. Meters above grade shall be of splash proof/drip proof design unless otherwise noted. g. Painting: All external surfaces shall be painted with a chemical and corrosion resistant epoxy finish. 2. Transmitter a. Transmitter Enclosure: NEMA 4X. b. Electrical Classification: Rating shall be FM approved for the location shown on the Drawings c. Communication: Encoder interface with Sensus protocol CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15,2023 SSIV Flow Transfer Station City Project Number 103116 407100-4 FLOW MEASUREMENT Page 4 of 6 1 G. Power Requirements 2 1. 12 to 24 Volts DC with Battery backup provisions. 3 H. Options/ Accessories 4 1. Factory calibration: Each meter shall be factory calibrated, with a copy of the 5 Report delivered with the device and in the O&M manual. 6 2. Grounding: Meter shall be grounded with rings. All materials shall be suitable and 7 not effected buy for the liquid being measured Provide 316 Stainless Steel ground 8 rings unless otherwise recommended in writing from the meter manufacture, 9 electrical bonding wires/straps, and gaskets, etc. this grounding and bonding is to be 10 compliant with NEC 250.68 (B) Effective Grounding Path. 11 PART 3 - EXECUTION 12 3.1 INSTALLER'S QUALIFICATIONS 13 A. Installer shall be specialized in installing this type of equipment with minimum 5 years 14 documented experience 15 3.2 EXAMINATION 16 A. Examine installation area to assure there is enough clearance to install the equipment. 17 B. Verify that the equipment is ready to install. 18 C. Verify field measurements are as instructed by the manufacturer. 19 3.3 INSTALLATION 20 A. The Contractor shall install all equipment per the manufacturer's recommendations and 21 Contract Drawings. 22 B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless 23 otherwise shown on the Drawings. Fittings shall be of the compression type, 316 24 stainless steel. 25 C. All conduit entries into the instruments shall use hubs of watertight, threaded 26 aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 27 H150GRA Series, or equal. 28 D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 29 E. All non -loop powered instrument transmitters shall have an approved disconnecting 30 means for power mounted within reach of the transmitter. 31 3.4 RACEWAY SEALING 32 A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 33 entrances shall be sealed with 3M 1000NS Watertight Sealant or approved equal. 34 3.5 FIELD QUALITY CONTROL 35 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 36 B. Check tightness of all accessible electrical connections. Minimum acceptable values 37 shall be specified in the manufacturer's instructions. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-5 FLOW MEASUREMENT Page 5 of 6 1 3.6 FIELD ADJUSTING 2 A. Adjust all equipment for proper range and field conditions, as described in the 3 manufacturer's instructions. 4 B. Any field adjustments, required for proper system operation, shall be included in the 5 Final O&M. 6 3.7 FIELD TESTING 7 A. Perform all electrical field tests recommended by the manufacturer. 8 B. Test each interlock system for proper functioning. 9 C. Test all control logic for proper operation. 10 3.8 CLEANING 1 1 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 12 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 13 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 14 3.9 EQUIPMENT PROTECTION AND RESTORATION 15 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 16 manufacturer. If the damaged surface cannot be returned to factory specification, the 17 surface shall be replaced. 18 19 END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-6 FLOW MEASUREMENT Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 ONCOR DISTRIBUTION ONCOR TRANSFORMER 2401120V, 10, 3W _ SERVICE FROM O ONCOR W N ONCOR METER O2 I 1 I I I NEMA 3R PEDESTAL I ENCLOSURE I I I 100A I I I I I L— — _ — — - — — _ — — — - U fV N N � 5w PANELBOARD O LA ONE -LINE DIAGRAM FTW21158 Plot Date 8/24/2023 10:00 AM Plot By: erangel Filename: WAClty of Ft Worth\692 Ci STALL NEW BONDTO LECTRICAL JEL SHALL BE IITTER WITHIN i ALCENTER ; OORS. X- CPN 103116 REVISIONS I No. Q DESCRIPTION I DATE 1 A ADDENDUM NO.2 08/24/2023 ] 11 Q ! CONSTRUCTION NOTES - or' Tekq 11 GEORGE B. LUKE �...;............ 60900% AY�,2023 FREESE GAlsociacs,Inc. `H N�CNOLS CONSLAT NG ENGINEERING 801 Cherry Street, Suite 2800 Teas R,gI5 —, N, F-2593 Fort Worth, Texas 76102 Phone - (817) 735-7300 n.n41, T=... 25244 Ta vnrvo-Tnnl Web --freese.com Fu. 9124% 7125 rnNe rtAupmleAvu .vinnxn HORIZONTAL & VERTICAL CONTROL CITY PROJECT # 103116 MAPSCO N . Ic en ID a. U F2 CITY OF FORT WORTH, TF,XAS I O F-I WATER DEPARTMENT W w z SSIV FLOW TRANSFER STATION F-4 I ELECTRICAL 0 DETAILS AND SCHEDULES I w DESIGNED: 1G1 I FULL SIZE SCALE: DATE: MRHDRAWN: SHEET i Ir NO SCALE JUNE 2023 10-E-04 C11 m 3 0 d 3 0 S 0 E E >I 0 E a'r c a 2 `o E s 3 0 u O,I o 3 o a E ETHERNET SWITCH , AC/DC POWER DISTRIBUTION WIRE TROUGH L\ WIRE TROUGH RAD o t I x C� 0 O K H W K WIRE TROUGH PROGRAMMABLE LOGIC CONTROLLER m 1- WIRE TROUGH m x C� Z Y W L F Lu LL REMOTE TERMINAL LAYOUT DETAIL NITS FTW21158 PIGt Date: 8/24/2023 10:00 AM PIDt BY; erangel Filename: WACitV of Ft Worth\692 X- CPN 103116 REVISIONS NO DESCRIPTION DATE 1 ADDENDUM NO.2 08/24/2023 �1 A 11 A CONSTRUCTION NOTES NOTES BY SYMBOL "0" 1. PROVIDE FULLY ASSEMBLED ON SEPARATE BACKPLANE TO BE INSTALLED ON THE DIVIDER PANELS WITHIN THE ENCLOSURE ON SHEET 10-E-04, NOT TO EXCEED 22 INCHES IN WIDTH. 2. PANEL INTERNAL LAYOUT IS PROVIDED FOR INITIAL DESIGN PURPOSES ONLY. CONTRACTOR SHALL BE RESPONSIBLE FOR FINAL PANEL DESIGN WHICH SHALL COMPLY WITH ALL COMPONENT MANUFACTURER INSTALLATION. RECOMMENDATIONS AND ALL APPLICABLE CODES AND REGULATIONS AND STANDARDS. 3. LABEL SHALL BE AFFIXED TO FRONT OF PANEL. 4. RTU AND ASSOCIATED INSTRUMENTATION TO BE 24 VOLT DC POWERED WITH BATTERY BACKUP FOR A MINIMUM OF 24 HOURS AT FULL LOAD. 0 F` ,k ................................ A GE0.R B. LUNE. 60900 1t1\SiONAL Ct��,ZU23 reFREESE ?NICHOLS GAI Gupm&Ass d.m,, 1—. 801 Cherry Strec., __.._ ::..- GDNSWITING EN(xNEERMG Tm PAR0 m ND.F-75e3 Fort Worth, Texas 76102 13717 Ne lu I Phone - (817( 73S-7300 UlR T— 752 Web-1+'N'N'.freese.com F¢ 9Tt�ml HORIZONTAL & VERTIC O z U A AL CONTROL CITY PROJECT p 103116 MAPSCO p . z CITY OF FORT WORTH, TEXAS 0 WATER DEPARTMENT H W w SSIV FLOW TRANSFER STATION zz E� IINSTRUMENTATION 3 Rru IIr DESIGNED: JG1 I FULL SIZE DRAWN: MRH SCALE: DATE: NO Fri SCALE JUNE 2023 SHEET 10-N-03 3J ^' 00 05 15.01 - 1 ADDENDUM NO. 1 Pagel of 2 CITY OF FORT WORTH WATER DEPARTMENT SSIV FLOW TRANSFER STATION City Project No. 103116 ADDENDUM NO. 1 Addendum No 1 issued: AUGUST 14, 2023 Bid Receipt Date: SEPTEMBER 14, 2023 This Addendum forms part of the Specifications and Contract Documents and modifies the original Specifications and Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 103116-2 are hereby revised by this Addendum No. 1 as follows: 1. SPECIFICATIONS: Replace the Followinq Sections: Replace Section With Section Section 00 11 13 "Invitation to Bidders" Section 00 11 13 "Invitation to Bidders" Section 00 42 43 "Proposal Form" Section 00 42 43 "Proposal Form" SSIV Flow Transfer Station City Project No. 103116-2 Addendum No. 1 - Page 1 of 5 00 05 15.01 - 2 ADDENDUM NO. 1 Page 2 of 2 This Addendum No. 1 forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Project Manual & Contract documents of same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations. (1) in the space provided in Section 00 41 00, Bid Form, Page 3 of 3, and (2) indicate in upper case letters on the outside of your sealed bid envelope "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 1 Christopher Harder, P.E. RECEIPT A NOWLEDGED: Director, Water De�artm nt By: / .,� By: %1t c-� S 1 � � � � G� Tony Shofo(a, P.E. Company: ,rc e �� i� �S, Assistant Director, Water Department OF 7-F�1�' ........... ..,........ 01 OLIVIA KERSS ................... .. -p 120089 ,'•4u 0 • �/C tc� ' "Q/' I��F•S.•. ENS t; `O AL I ` � 8/14/2023 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. SSIV Flow Transfer Station City Project No. 103 t 16-2 Addendum No. 1 - Page 2 of 5 00 11 13 fNviTATION TO BIDDF,RS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Southside IV Flow Transfer Station ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, September 14, 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. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 1010 LF 12-inch PVC water line by open cut • 625 LF 8-inch PVC and DIP water line by open cut • Two 8-inch Pressure Plane Gate Valves • Pressure Sustaining Valve and Vault • Flow Meter Valve and Vault • Electrical Panel • SCADA • All associated appurtenances and equipment for a fully functional flow transfer station PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.i4ov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Documents Folder: httiDs://docs.b360.autodesk.com/shares/7eec6a8b-e420-4210-9e22-097OdOabdl 38 Addendum: https://docs.b360.autodesk.com/shares/fl 3567d9-2dfa-4cba-87d9-4650e237629b CITY OF FORT WORTH SSIV Floe Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised 7/19/2021 Addendum No. 1 - Page 3 of 5 00 11 13 INVITATION TO BIDDERS Page 2 of 2 Plan Holders Registration Form and Plans Holders List htti)s://docs.b360.autodesk.com/shares/83e73882-4309-488d-adOb-3e256adaOf69 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of.any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ 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: August 23, 2023. TIME: 2:30 PM, CDT Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Suzanne Abbe, P.E. City of Fort Worth Email: Suzanne.Abbe@fortworthTexas.gov Phone: (817) 395-8209 AND/OR Attn: Olivia Kerss, P.E., Freese and Nichols, Inc. Email: OLK@freese.com Phone: (336) 355-5937 ADVERTISEMENT DATES First Advertisement Date: August 3, 2023 Second Advertisement Date: August 17, 2023 END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised 7/19/2021 Addendum No. 1 - Page 4 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information I Bidders Propoanl Unit I - Bidliat Item [)escription Specification gait of Bid N. Section No. Meawre Quantity 1 13311.0461 12" PVC Water Pipe 33 11 12 LF 250 I 2 13311.0444 12" Water Pipe (Restrained Joints) 33111 I LF 150 33 11122 3 13311.0463 12" PVC Water Pipe, Select Backtill 33 11 12 LF i50 I` y 3311.0446 12" Water Pipe, Select Backtill (Restrained Joints) LF 60 331111 IU 1 5 13311.0263 8" PVC Water Pipe, Select Backtill 33 11 12 LF 90 6 9999.0001 8" PVC Water Pipe, Select Backtill (Restrained Joints) I 31 llIt 1112 LF I 475 }; 7 33 1 110, I 20 9999.0002 8" PVC' Water Pipe (Restrained Joints) 33 11 12 LF 8 33111,o' 40 9999.0003 8" DIP Water, CLSM Backfill (Restrained Joints) 33 11'_ Lf 9 13312.3005 12" Coate Valve 33 12 20 FA ? 1 10 13312.3003 8" Coate Valve 33 12 20 EA 12 1 11 13311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 2 I 12 10241.1118 4"-12" Pressure Plug 0241 14 EA I 13 4"-12" Water Abandonment Plug 0241 14 EA I 14 10241.1218 3312.0001 Fire I lydrant 33 1240 FA 1 1 15 13312.0117 Connection W Fxisting 4"-12" Water Main 33 1225 F.A 8 1 16 13305.0109 Trench Safety 33 05 t0 LF 1645 1 17 10171.0101 Construction Staling 01 71 23 LS I 18 13201.0111 4' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 100 19 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 20 20 3201.0614 Cone Pvmt Repair, Residential 3201 29 SY 120 21 0241.1300 Remove Cone Curb & Gutter 0241 15 LF 300 22 3216.0101 6" ('one Curb and Gutter 32 16 13 LF 300 23 0241.1001 Water Line Grouting 02 41 l4 C'Y 2 24 32t 1.0315 12" Flexible Base, Type 1). GR-1 3201 29 SY 25 I 25 13292.0400 Seeding, I I)'dromulch 32 92 14 SY 4200 Division 22 9999.0005 SSIV Flow Transfer Station including pressure sustaining valve. 3305 16 26 Flow meter. concrete water vaults, drain pipe, stoop pump and all other 33 11 10 LS 1 appurtenances and equipment for a fully functioning Flow transfer station 33 1220 33 12 t6?t 27 9999A006 SSIV Flow ransfer Station Electrical and Instrumentation D ivision 26 LS l Division 40 1 28 13125.0101 SWPPP = I acre 31 2500 LS I 29 347 LTraffic 0001 Trac Control 3471 13 MO 5 30 I3305.0110 Utility Markers 33 05 26 LS I I!` 31 10171.0102 As -Built Survey 01 71 23 LS 1 1 32 13305.0103 Fxploraton Excavation of Pxisting Utilities 33 05 30 EA 9 1 33 10241 0300 Remove ADA Ramp 02 41 13 FA 3 I 34 13213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 3 I 35 13110.0103 12"-18" Trce Removal 31 1000 FA I 36 3110.0104 18"-24" 'free Removal 31 1000 EA 1 9999.0008 Residentail Street Light Relocation including conduit, residential foundation, ground box, wiring, pole. residential luminaire, and 3441 10 37 all other appurtenances and equipment required for a fully functional 3441 211 LS I 3441 20.03 residential street light 38 9999.0009 Removal and Replace of Pxisting Madhux - I 39 19999.0010 Construction Allowance 1 - I END OF SECTION Unit Price Bid Value LS I I I I I I I-S I 1 1 $50,000.001 $50,000,001 1 Total Bid S50,000.00 Clly of R1kI %NONsI t11 Addendum N1 P�Wc GG {{ GG 11 \VII \ll I. 'iY )\�I RI'l III I,\ �I'I (If Il \Illy\ III II II%II \IS o. - fiivOM,M,.r.N..r..,n K -1Y I02112I 1 n1'%-h, 1113116.' 00 11 13 INVI"CATION TO BIDDERS Page l of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Southside IV Flow Transfer Station ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, September 14, 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. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 1010 LF 12-inch PVC water line by open cut • 625 LF 8-inch PVC and DIP water line by open cut • Two 8-inch Pressure Plane Gate Valves • Pressure Sustaining Valve and Vault • Flow Meter Valve and Vault • Electrical Panel • SCADA • All associated appurtenances and equipment for a fully functional flow transfer station PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at httr)://www.fortworthtexas.aoV/Durchasina/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Bid Documents Folder: httiDs://docs.b360.autodesk.com/shares/7eec6a8b-e420-4210-9e22-097OdOabdl38 Addendum: httiDs://docs.b360.autodesk.com/shares/fl 3567d9-2dfa-4cba-87d9-4650e237629b CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised 7/19/2021 Addendum No. 1 - Page 3 of 5 00 11 13 INVITATION TO BIDDERS Page 2 of 2 Plan Holders Registration Form and Plans Holders List htti)s://docs. b360.autodesk.com/shares/83e73882-4309-488d-adOb-3e256adaOf69 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gOV/purchasing/ 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: August 23, 2023. TIME: 2:30 PM, CDT Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Suzanne Abbe, P.E. City of Fort Worth Email: Suzanne.Abbe@fortworthTexas.gov Phone: (817) 395-8209 AND/OR Attn: Olivia Kerss, P.E., Freese and Nichols, Inc. Email: OLK@freese.com Phone: (336) 355-5937 ADVERTISEMENT DATES First Advertisement Date: August 3, 2023 Second Advertisement Date: August 17, 2023 END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised 7/19/2021 Addendum No. 1 - Page 4 of 5 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page I of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 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) 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: littmsJ/aims.fortWort htexas.(.zo0Pro iectResources/ 3.1.1. Paving Requirements document located at: CITY OF FORT WORTH SS1V h7ow Transfer Slution STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 011- Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 litti)s://anps.fortworthtexas.gov/Pro1ectP,esoLirces/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalifcation/TPW%2OPavin.t! `%20Contractor%20Prequalitication`Yo2OProhcram/PREQUALIFICATION%20REQ UI REMENTS%20FOR%20PAVING%2000NTRACTORS.ndf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httvs://anns.foi-tworthtexas. gov/Proj ectResources/Resources P/02%20- '%20ConstrLictioii%2ODocuiiients/Contractor%2OPrequalificatioii/TPW%2ORoadwa v%20and%20Pedestrian%20Li ah tin a%20 Prea ual ification%20Prot;ram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.ndf 3.1.3. Water and Sanitary Sewer— Requirements document located at: httns://apes.fortwot-tiltexas.�-,ov/ProiectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Pi-ecivalification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPregtlalIfication%20Prof:ram/W SS%20nre qual%20reciuirements.ndf 3.2. Each Bidder, unless currently prequalifted, must submit to City at least seven (7) 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. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4.Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 5 or 10 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Suzanne Abbe, P.E., Fort Worth Water Email: Suzanne.Abbe@FortWorthTexas.gov Phone: (817) 392-8209 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at httns:/,,docs.b360.autodesk.cotnishares/dlfc7eab-952d-468-98c7- d31654633132 CITY OF FORT WORTH SSIV Flow Trans/er Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cih. Project Ntnnher 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httvs://codelibrarv.amieRal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12,10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH SSIVFlou Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Cite. Prgjecl Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://NNww.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH SSIV Flow Transjer.Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citt' Project Number 103116-2 Revised/Updated November 2, 2021 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103116-2 Revised/Updated November 2, 2021 0035 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary COY CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Z�,,Gle. By: A 14 la el- J Signature: President or2BWn. ►.LC the Title: GP for Circic 11 Coiaral;Lors, LP END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SSIV Flow Transfer Station Revised February 24, 2020 City Project Number 103116-2 0041 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: Southside IV Flow Transfer Station City Project No.: 103116-2 Units/Sections: Water 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SSIV Flow Transfer Station Revised 913012021 City Project Number 103116-2 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-inch Diameter and Smaller b. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) c. Concrete Paving Constuction/Reconstruction (LESS THAN 15,000 square yards) d. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SSIV Flow Transfer Station Revised 9/30/2021 City Project Number 103116-2 0041 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 7. Bid Submittal This Bid is submitted on Respectfully bmitted, By: (Signature) 414'.t5 (Printed Name) President of 2BWn. LLC the Title: GP for Circle 11 Co`ntracttors, LP Company: �`e Gi 0"haa-4�0<1< Address: JA State of Incorporation: % /x Email: hrr_J&7G►rt6' Gd/I Alt Phone: END OF SECTION tVS40► BU-oa by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: lAddendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SSIV Flow Transfer Station Revised 9/30/2021 City Project Number 103116-2 00 42 43 Bm PROPOSAL Pie 1 or1 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Wbruation Unit 1 - Bidlist Item No.rnphO° 1 3311.0461 12" PVC Water Pipe 2 3311.04" 12" Water Pipe (Restrained Joints) 3 3311.0463 12" PVC Water Pipe, Select Backfill 4 3311.0446 12" Water Pipe, Select Backfill (Restrained Joints) 5 3311,0263 8" PVC Water Pipe, Select Backfill 6 9999.0001 8" PVC Water Pipe, Select Backfill (Restrained Joints) 7 9999.0002 8" PVC Water Pipe (Restrained Joints) 8 9999.0003 8" DIP Water, CLSM Backfill (Restrained Joints) 9 3312.3005 12" Gate Valve 10 3312.3003 8" Gate Valve 11 3311.0001 Ductile Iron Water Fittings w/ Restraint 12 0241.1118 4"-12" Pressure Plug 13 0241.1218 4"-12" Water Abandonment Plug 14 3312.0001 Fire Hydrant 15 3312.0117 Connection to Existing 4"-12" Water Main 16 3305.0109 Trench Safe% 17 0171.0101 Construction Staking 18 3201.0111 4' Wide {asphalt Pvmt Repair, Residential 19 3201,0201 Asphalt Pvmt Repair Be_ and Defined Width, Residential 20 3201.0614 Cone Pvmt Repair Residential 21 16241.1300 Remove Cone Cu� & Gutter 22 13216.0101 6" Cone Curb and Gutter 23 0241.1001 Water Line Grouting 24 13211.0315 12" Flexible Base, Type D, GR-1 25 13292.0400 Seeding, Hydromulch 9999.0005 SSIV Flow Transfer Station including pressure sustaining valve, 26 flow meter, concrete water vaults, drain pipe, sump pump and all other appurtenances and equipment for a frilly functioning flow transfer station 27 9999.0006 SSIV Flow Transfer Station Electrical and Instrumentation 28 3125.0101 SWPPP > 1 acre 29 3471.0001 Traffic Control 30 13305.0110 Utility Markers 31 10171.0102 As -Built Survey 32 1 305.0103 Exploratory Excavation of Existing Utilities 33 10241.0300 Remove ADA RargV, 34 13213.0506 Barrier Free Ramp. Tre P-1 35 13110.0103 12"-18" Tree Removal 36 13110.0104 18"-24" Tree Removal 9999.0008 Residentail Street Light Relocation including conduit, 37 residential foundation, ground box, wiring, pole, residential luminaire, and all other appurtenances and equipment required for a fully functional residential street light 38 19999.0009 Removal and Replace of Existing Mailbox 39 9999.0010 Construction Allowance Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 33 11 12 IF 250 %212 wD 33 11 10,LF 150 t 46 �t 5 0 33 11 12 1'; 33 11 12 LF 550 C 'tic��-.,acfr-r 33 11 10, 33 11 12 LF 60 ! .b'zC 6.00 YJT, OC 33 11 12 IF 90 4 tJ X •• 0 0 3kI 112, /2o, nn 33 11 10, 33 11 12 IF 475 91b7.o:� i.'Iq_A2S•Du 33 11 10, 33 1112 LF 33 11 10, 33 11 12 IF 33 1220 EA 33 1220 EA I 33 11 11 TON 0241 14 EA 0241 14 EA 1 33 1240 EA I 33 1225 EA I 3305 10 LF I I 01 71 23 is I 32 01 17 I IF 32 Ol 17 I SY I 32 01 29 I SY I 0241 15 I LF 32 16 13 I LF I 0241 14 I CY I 3201 29 I SY I 3292 14 SY Division 22 3305 16 33 11 10 IS 33 1220 33 12 16.21 Division 26 IS Division 40 31 25 00 IS I 3471 13 1 MO 33 05 26 IS I 01 71 23 LS 33 05 30 1 EA 1 0241 13 I EA I 32 13 20 I EA it 31 10 00 ij EA 31 1000 EA 3441 10 34 41 20 IS 34 41 20.03 END OF SECTION 20 4200 PWZ1 ecrn 1 1 5 1 1 9 3 3 1 1 1 LS I 1 I LS I 1 Total Bid I Ht N0),?01" 00,000.00 11,341, ccsf: c �►� '�a'C'�C CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SSIVFIw 7k..O, &wd" Reviad 9/30/2021 Clry Pmj d AU.U, 103116-2 BID BOND ® THE MAIN STREET AMERICA GROUP T""°ed CONTRACTOR: (Name, legal status and address) Circle H Contractors, LP PO Box 220 Midlothian, TX 76065 OWNER: (Name, legal status and address) City of Fort Worth, Purchasing Division 200 Texas Street Fort Worth, TX 76102 p BOND AMOUNT: 5% of Bid Amount SURETY: (Name, legal status and principal place of business) NGM Insurance Company 55 West Street Keene, NH 03431 PROJECT: (Name, location or address, and Project number, if any) Southside IV Flow Transfer Station City Project No. 103116-2 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 15th day of (Wit n s) (Witness) August , 2023 Circle H Co tractors, LP (Pr cipal) �J President of 211WO. LLC the (Seal) GP for Circle I t Contractors, LP (Title) �,,..---Inurance Comnanv `'(Surety) (Seal) Sheri R Allen (Title) A corm, -in -Fact Printed in cooperation with the American Institute of Architects (AIA) by the NGM Insurance Company of 4601 Touchton Road East,Suite 3400, Jacksonville, FL 32256 904-739-0873. The language in this document conforms exactly to the language used in AIA Document A310, 68-9008 03/2015 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-380-7378 You may also write to Main Street America Group and NGM Insurance Company at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32246 Attn: Bond Underwriting You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: Con sumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information onlv and does not become a hart or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su surety underwriter a] 1-904-380-7482 Usted tambien puede escribir a Main Street America Group and NGM insurance Company at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32246 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 79714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo Dara Donosito de informacion v no se convierte en t)arte o condicion del documento adiunto. 68-TX-N00 ] NGM INSURANCE COMPANY POWER OF ATTORNEY A mertbar of The Ma+ Street America Craip 06-03111778 KNOW ALL MEN BY THESE PRESENTS: ThatNGM lltsurance Company, aFtorida corporation ht wing its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV. Section 2. The board of directors, the president, any vice president, secretary,,; or the treasurer shall have the power and authority to appoint: attorneys -in -fact And to authorize them to'exucute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or. conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Bret Tomlinson, Sheri R Allen, David Oxford, Steven Lott, Sherrel Breazeale, Peggy Hogan its true and lawful Attorneys-iul-fact, to make, execute, seal and deliver for and on its behalf. and. as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Five Million Dollars (S5^000) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were sighed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and scaled by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly calletand hellion the 2nd day ofDece nber 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, retognizance:or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN W TNFSS WHEREOF, NGM Insurance Company has caused these presents to be signned by iS Vice President, ='General Counsel and Secretary and its corporate seal to be hereto affixed this 7th day of January, 26.M NGM INSURANCE COMPANY By: �. �; �K lam Kimberly K. Laws, Vice President, General Counsel and Secretary State of Florida, County of Duval. On this 7th day of January, 2020, before the subscriber a Notary Public of State of Florida in and for the County of Duval duly commissioned and qualified, came Kimberly K. Law of NGM Insurance Company, to me personally known to be the officer described herein; and who executed the preceding instrument, and she acknowledged the execution of same,. and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. Ili WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal at Jacksonville, Florida this 7th day of January, 020,. I, Nancy Giordano -Ramos, Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true atfd ` correct copy of a. Power of AttoMey executed by said Company which is still in fall force and effect. IN WITWESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at JaclssonviI e, FNrid.a this wt► �5 day, of ,&-ska C4- . . WARNING: Any uwa thorized reproduction or alteration of this docume4t is prohibited.: _ TO CONFIRM VALIDITY of the attached bond please can 14*6 225-5646. di TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claims. omfjGardAW&Wranwn5a r `--v.-. - -- --.' -, seeetAp�arrdo¢r+oAh, bk�e baekgroarrd, area+.serrs�7�,irk, co+n-reac_wa watern7a,'jc am rrierotsa7rv+ae+irrg ar. tUu•Ler.- _ . r°•« �., w .. 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 , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of r company or our parent company or majority owner is in the State of Texas. BIDDER: END OF SECTION By: (Signature) Title: president of 2BWO. i.LC the GP for Circle I I Contractors. I Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SSIV Flow Transfer Station Revised 9/30/2021 City Project Number 103116-2 004511-I BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxr)ermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH SSIVFlo» Transkr Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Number 103116-2 Revised August 13, 2021 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequaliftcation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103I16-2 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 0 8 END OF SECTION CITY OF FORT WORTH SS1V Flow Trun' r %tioii STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revised August 13, 2021 004512-1 PREQUALIFiCATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Water Distribution, Urban and Renewal, 12-inch Diameter and Smaller Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square vards) 6hkivn Con�mitor Contractor/Subcontractor Prequalification Company Name Expiration Date Li«�c // �;,.kAel/ j �P y��d />Q� It t /10M A011A[� � . '� Ol� [ 4lr/76/ti rs�r G 70 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company k Ar i ;o Address JL&, 7_� 7G06s" City/State/Zip By:��� . (Please Print) Signature: -fd�" President of 2RATO. LLC the Title: GP for Circle H Contractors, LP (Please Print) Date: �7lJ.r END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised September 30, 2021 FORT WORTH, SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasa�ichriiFort Wort hTexas.gov TPW Prequalitiartion(ii,fort�vorthtexas.gov Clint.hoover(t�foit%wrthtexas.go% Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left.blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES _ Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF _ Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller _ Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller _ Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 0045 13 -3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 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-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning , 42-inches and smaller _ Sewer Cleaning , All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works _ Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) _ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* _ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTII /ln«'rt Proj"et Aenne/ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS /117K'rt l'rojectA'unrher/ Revised August 13, 2021 0045 13 -4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH /ln.vert Projeci .\'cone/ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ihmert Projrci NUMI7Cr/ Revised August 13, 2021 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTII 1IMO-1 Prnjerl .Namel STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS /br.Verl Pr•njeet X11mhcrJ Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 [Insert Project Name] [Insert Project Number] 004513-7 BIDDER PREQUALIFICAT ION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 QUANTITY Various - ITEM DESCRIPTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd August 13, 2021 BALANCE SHEET VALUE TOTAL /hrscrl PvnjcCI N'1111C/ //11801 M-0iVO N1/!1(I)CI"/ 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with 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: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103116-2. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: , "Itle N Lo�/Tittf� 11ald By: 44M4/wi Company lease Print) TO &,2,, 0 Signature: Address / Z 7(� S� President of 211 WO. LLC the Title: GP for Circle I I Contractors, LP City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT BEFO ME, th un rstgned authority, on this day personally appeared C , 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 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER NY HAND AND SEAL OF OFFICE this Notary Public n an for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 `1 `A `` day of SSIV Flow Tran#% r Station Citt• Project Number 103116-1 0045 40 - l Business Equity Goal Pagel of 2 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the 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 Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 2020 (codified at: httns://codeIibrarv.amle�;al.com/codes/ftwoilli/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 15% of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS TO 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- Prot6g6 participation. These forms can be found at: Business Equity Utilization Form and Letter of Intent httos://anus.fortworthtexas.,ov/Project Resources/ Resources P/60%20- %20MW BE/NEW%20Business%20Eauity%200rdinance/Business%20EciuitvQo20Uttlization'Vo20Forin. pf CITY OF FORT WORTH SSIV Flow Trana/er Stution STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Prgiecl Number 103116-2 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 Letter of Intent https://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/NEW Business Ea_uity Ordinance/Letter of Intent-202I Ddf Business Equity Good Faith Effort Form htti)s://ai)Ds.fortworthtexas.2ov/Proi ectResocuces/ResourcesP/60%20- %20MW BE/NEW%20Business%20Epuity%200rdinance/Business%20Eauity%20Good%20Faith%20Ef fort%20Form.vdf Business Equity Prime Contractor Waiver Form htti)s:Hasps.fortworthtexas. p-ov/ProiectResources/ResourcesP/60%20- %20MW BE/NE W%20Business%20Eciuity%200rdinance/Business%20Ecluity%20Prime%20Contractor %20Waiver.i)df Business Equity Joint Venture Form httDs://ai)Ds. fortworthtexas.,2ov/Proi ectResources/ResourcesP/60%20- %20M W BE/NE W%20Business%20Ecluity%200rdinance/Business%20Eciuity%20Joint%20 Venture.0df FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised October 27, 2021 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on _ I C %31 12o),3, 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 Circle H Contractors, L.P. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Southside IV Flow Transfer Station Citv Project Number 103116-2 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 One Million Thee Hundred Forty One Thousand Two Hundred Thirty Six Dollars ($ 1,341,236.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 180 calendar 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 for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fiftv Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH SSIV Floiv Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised 11/23/2021 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. Attachments to this Agreement: a. Bid Form l) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit 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 1.2 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 anv 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. CITY OF FORT WORTH SSIV Flom Tmtq er Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised 11/23/2021 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is 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 anv act, omission or negliLFence 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. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH SSW Floe• Trunsjer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prqjecl Number 103116-2 Revised 11/23/2021 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.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 that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH SSIV 1.7ow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci(r Project Number 103116-2 Revised 11/23/2021 - 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH ' N1V F1ovv Transjer ka ion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq• Project Numher 103116-2 Revised 11/23/2021 005243-6 Agreement Page 6 or6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: uy. ��% l /' S gnature 4., � 4a" � (Printed Name) Presidcnt of 211WO. 11C the GP for Circle l l Contractors, LP Title Al /w, Jv Auur ess City/State/Zip City of Fort Worth IN Dana Burghdoff (Nw X,, 2023 YW CST) Dana Burghdoff Assistant City Manager Nov 29, 2023 Date Attest: nette Goodall, City Secretary Seal) M&C: 23 — 0 9► 4 Date Date: Form 1295 No.: 2 u� 3- n? S 110 5 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. Suzanne Abbe Senior Engineer, Capital Projects Delivery Approved as to Form and Legality: 9�- Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder, Director Water Department CITY OF t:ORT WORTH SS/V Flow Tuintifer ShNion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Qv Project Number 103116-2 Revised It/2312021 Bond#S-340703 006113-1 PERFORMANCE BOND Page l of 2 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Circle H Contractors,. LP known as "Principal" herein and NGM Insurance CoWany. , 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 of One million three hundred forty one thousand two Dollars hundred thirty six & not 100 ($1,341,236.00 ), 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 311f. day of 0cl'a b-cc , 2013, 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 Southside IV Flow Transfer Station, CPN 103116-2 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 lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORT14 SSIVFlaw7YaniferSwiar STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Clry Profwr Nrunber 103116-2 Revised" 1. 2011 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 Testae 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 officen on this the day of k1Jo ,! e..,kb <C, 20 M . ATTEST: (Principal) Secretary Witness as to Principal Witness as to Surety r JUNCii'AL: Circle H Contractors, LP — BY: 46&ure Pm idcnt of MNVO. TLC the GP for Circle 11 Contr Liom LP Name and Title Ate;: PO Box 220 Midlothiaru TX 76065 SURETY: NGM In nc Company _ BY: - Signature Sheri R Allen, Attorney -in -Fact Name and Title Address: 55 West Street Keene, NH 03434 - Telephone Number: 603-354-5281 "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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN ENI'S Revised July 1, 2011 .%IV Fla. Tro er Slam 01y Projea Mmber 10311" Bond#S-340703 0061 4-11 PAYMENT BOND Page I of 2 SECTION 00 61 14 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Circle H Contractors, LP )mown as "Principal" herein, and NGM Insurance Company --, a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas. known as "City" herein, in the penal sum of One million three hundred forty one thousand two Dollars hundred thirty six & no/100 ($1,341,236.00 J, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 3i s� day of Glc_i --h , 20 2, 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 Southside 1V Flow Transfer Station, CPN 103116-2 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH SSIV Flow Dmcrjer Station STANDARD CONSTRUCTION SPECIFICATION DUCUMENTS Ctn' Project Number 103116-2 Revised July 1, 2011 e 0061 14.2 PAYMENT BOND hp2of2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of 20 PRINCIPAL: Circle H Contractors, LP ATTEST: BY: Si ' • President of 2BWO. LLC the GP for Circle H (:muacwn, LP (Pnneipal) Secretary Name Pnel THIP. Address: . PO Box 220 Midlothian, TX 76065 Witness as to Principal SURETY: _ NG urance Company ATTEST: BY: Sheri R Allen, Attorney -in -Fact _ (Surety) Secretary Name and Title Address: 55 West Street ✓ eK ere, NH 03431 Witness as to Surety Telephone Number. 6 -liC-5281 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RcvindJuly 1. 2011 bstl'F1ow 7hwgfer&atkn My PrWeri AWxber 103116.2 Bond#S-340703 0061 19 - 1 MAINTENANCE BOND Pagc 1 of 3 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we Circle H Contractors, LP "Principal" herein and NGM Insurance Company , 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 the State of Texas, known as "City" herein, One million three hundred forty one thousand two in the sum of hundred thirty six & no/ 100 Dollars ($1,341,236.00 ), 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 prescnts. WHEREAS, the Principal has entered into a certain written contract with the City awarded the'! 14- day of , 20_!�J, 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 Southside IV Flow Transfer Station, CPN 103116-2; 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'J; 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 S.SIV Flmv Transfer Station STANDARD CONSTRUGHON SPECIFICATION DOCUMENTS CitvProjerlNumber 103116-2 Revised July I, 2011 0061 19-2 MAINTENANCE BOND Page 2 u13 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 S.SIPFlow TrawferSration sTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised July I, 2011 0061 19.3 MAWTENANCE BOND Page 3 o[3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of _ 20 PRINCIPAL: _Circle B Contractors, LP BY• 3i ATTEST: President of 2BR'0. LLC the GP for Circle 11 Coaaacwrup LP (Principal) Secretary Name and Title Address: PO Box 220 Midlothian, TX 7.6065 Witness as to Principal NGM Ins e Company BY Signature Sheri R Allen, Attorney -in -Fact ATTEST: Name and Title _ Address: 55 West Street (Surety) Secretary Keene, 1j 03431 Witness as to Surety Telephone Number. 603-354-5281 *Note: If signed by an officer of the Surety Company, theca must be on file a certified extract from the by-laws showing that this person bas authority to sign sub 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 WV Flow Tmn&rS1adw STANDARD CONSTRtX—nON SPECIFICAT)ON DOCUMENTS C ly Rojas AWmber 103116-2 RevtaodAdy 1,2011 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-380-7378 You may also write to Main Street America Group and NGM Insurance Company at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32246 Attn: Bond Underwriting You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information only and does not become a hart or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-380-7482 Usted tambien puede escribir a Main Street America Group and NGM insurance Company at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32246 Attn: Bond Underwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) Este aviso es solo Dara Donosito de informacion v no se convierte en Darte o condicion del documento adiunto. 68-TX-N001 MAIN STREET A ERICA POWER OF ATTORNEY, - KNOW ALL MEN BY THESE PRESENTS: ThatNGM Insurance Company, aFlorida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: 6 "Article.IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any ' such attorneys-in-fact'at any tune and revoke the power and authority given to them. " does hereby make, constitute and appoint Bret Tomlinson, Sheri R Allen, David Oxford, Steven Lott, Sherrel Breaaeale, PeggyHagan--------------_-----------------------_----------_--------------------------------------------- This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. a Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof, such signature and seal, when so used being hereby adopted by the company as; the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Assistant Secretary and i#`.I carpoorge 5Wtt1 be hereto afflxed this 24th Clay. of August, 21i23. NGMISTRAkN1W Ct3MP,4NY BY: `. " Lauren K. Powell . ,. Assistant SrtJtary'; 3tae Qf isin, County of Dane. On this 24th day of August, 2023, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance. Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 24th day of August, 2023. • , day. of Aw .,Ilo� Andrewltose,.VicePresident wAit,NINC"i< Any unauthorized reproduction or alteration of this document is prohibited.TO CONFIRM VALIDITY of the attached bond please call 1-603-354-5281.TO - SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claim Dept. or call our Bond Claire Dept. ai 1-603.358-1437. OvoGardaW4546orplamsaAW norafja�)*t-serrsiuWMkOffil-reaatieiMtffMR.7r,anomyyeteapooluvgn��f CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury— Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Policy No: 6075520730 Page 1 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of. 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising Injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 6075520730 Page 2 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily Injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or M 2 c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. 8 The coverage granted by this paragraph does not apply to: 8 a. Bodily Injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Policy No: 6075520730 Page 3 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted materiel of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED -PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY— EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily Injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurers authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily Injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following. 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 6075520730 Page 4 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualities as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily Injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: s This insurance does not apply to: PI k. Damage to Your Product sProperty damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. 1. 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. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor: or CNA74705XX (1-15) Policy No: 6075520730 Page 5 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an Insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as 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 the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph E 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; (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. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 6075520730 Page 6 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or 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 loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily Injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to S. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: 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. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; sb. 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; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property, E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 6075520730 Page 7 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 6075520730 Page 8 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: 1. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: r. This insurance does not apply to: 8 Contractual Liability sthe Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. III. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 6075520730 Page 9 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Seniices Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: 1. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; I. Speech therapist; J. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. Ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 6075520730 Page 10 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., vAth its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the s personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily Injury or property damage first occurred after such termination date; and 8 c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or a limited liability company; and 0 If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily Injury, property damage or personal and advertising Injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 6075520730 Page 11 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement J. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's 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 rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 6075520730 Page 12 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Inciudes copyrighted material of Insurance services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporally occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (11) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner: or for personal property of others in the Named , Insured's care, custody or control; 0 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property rtYDama a Liability, paragraph entitled sExclusions is amended to delete the exclusion entitled Liquor Liability. sThis LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 6075520730 Page 13 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc., with its pennisslon. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1, the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to cant' persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising Injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of - (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 6075520730 Page 14 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA Alt Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 0 9 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: s So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that s indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 6075520730 Page 15 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1, is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) Insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of. 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 6075520730 Page 16 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Office, Inc_ with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4.Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. 0 R This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect S on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and 9 s expires concurrently with said Policy. s 0 CNA74705XX (1-15) Policy No: 6075520710 Page 17 of 17 Endorsement No: 6 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services office, Inc., with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, 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: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037: or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily Injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. Ill. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide 0 such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. tZ IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising Injury arising out of: A. 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; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 6075520730 Page 1 of 2 Endorsement No: 9 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Primary and Noncontributory Insurance CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be pnmary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 6075520730 Page 2 of 2 Endorsement No: 9 The Continental Insurance Co. Effective Date: 12/05/2022 Insured Name: CIRCLE H CONTRACTORS, LP Copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Business Auto Policy Policy Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.12), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. Form No: CNA63359XX (04-2012) Policy No: BUA 6075520713 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/05/2022 Endorsement No: 12; Page: 1 of 4 Policy Page: 99 of 381 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA Business Auto Policy Policy Endorsement C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section Ill. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per accident. E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. Form No: CNA63359XX (04 2012) No: Effective Date: Endorsement Expiration Date: Endorsement No: 12; Page: 2 of 4 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 6075520713 Policy Effective Date: 12/05/2022 Policy Page: 100 of 381 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA F. Electronic Equipment Business Auto Policy Policy Endorsement Section III, Paragraphs 6.4.c and B.4.d. are deleted and replaced by the following: C. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $ 5,000; or (2) 20% of the auto's actual cash value (ACV). Ill. Drive Other Car Coverage — Executive Officers The following is added to Sections II and Ill: 1. Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The fallowing is added to Section IV, Paragraph A.2.a.: Form No: CNA63359XX (04-2012) Policy No: BUA 6075520713 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12105,12022 Endorsement No: 12; Page: 3 of 4 Policy Page: 101 of 361 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA Business Auto Policy Policy Endorsement 14) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: 16) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.151.1a1. is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No: CNA63359XX 104-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 12; Page: 4 of 4 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 6075520713 Policy Effective Date: 12/05/2022 Policy Page: 102 of 381 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. P X t uu WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 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: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12/5/22 at 12:01 a.m. standard time, forms a part of: Policy no. 0001279712 of Texas Mutual Insurance Company effective on 12/5/22 Issued to: CIRCLE H CONTRACTORS LP This is not a bill NCCI Carrier Code: 29939 Authorized representative 12022 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITYOF FORT WORTH SS1VrlowTransfer Station STANDARD CONS I'RGCTION SPECIFICATION DOCUMENTS CifY Project Number 103116-2 Revision: 8L3/2021 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I — Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands........................................................................................................ .... 11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article5 — Bonds and Insurance..................................................................................................................... 16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities ................................... 6.01 Supervision and Superintendence ........................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8n-M-1 .........19 SS/V Flow Transfer Station Cith, Project Number 10.3116-2 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule .......................................................................................................................... 21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others .................................................................... 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 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative .................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification ............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit. ....... **"*"*******"'**"***"**********"""*'*"*, 34 6.24 Nondiscrimination ....................................................................................................................... 35 Article 7 - Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................ 36 Article 8 - City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ................................................................................... 36 8.05 Change Orders ..................................................................... * ........................................................ 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9 - City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Manager ............................................................................................................ 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: 82?✓2021 Article 10 - Changes in the Work; Claims; Extra Work ............ 10.01 Authorized Changes in the Work ........................... 10.02 Unauthorized Changes in the Work ....................... 10.03 Execution of Change Orders ................................... 10.04 Extra Work.............................................................. 10.05 Notification to Surety .............................................. 10 OA Cnntrart ('laimc Prncecc ................................................................ 38 ................................................................ 38 ................................................................ 39 ................................................................ 39 ................................................................ 39 ......................................................... 39 ................................................................ 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTI I SS1V Flow Transfer Station sTANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Cit-Project Number 103116-2 Revision: 80-3/2021 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: &2MI 007200-1 GENERAL CONDITION S Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award— Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day —A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH SSIV 1 tow Transfer Station STANDARD CONSTRUC'fION SPHCIFICATION DOCUMENTS 0t),Project Number 103116-2 Revision: 9r2y3 21 007200-1 GENERAL CONDITIONS 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82MI 00 72 00 -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 Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order —A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH SSIV Flog Transler Station STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS CitvProject Number 103116-2 Revision: W2Y-021 007200-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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8232021 007200-1 GENERAL CONDITION S Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part 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. CITYOF FOR"1• WORTH SS/V Flow Transfer Stutina STANDARDCONSTRLICTION SPECIFICAHON DOCUMENTS Ciq•Project Numberl03116-2 Revision: 82M21 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, material man, 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 1.02.13 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8232021 007200-1 GENERAL CONDITIONS Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CiTY OF FORT WORTH SMV Flow Transfer Station STANDARD CONSTRUCTIO IN SPECIFICATION DOCUMENTS Cih.ProjectNumber 103116-2 Revision: 8=21 007200-1 GENERAL CONDITION S 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 of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: &23✓2021 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "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: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, 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 SSIV Flair Trarnster Station STANDARDCONSTRUCTION SPECII:ICATION DOCUMIiNTS Cit. Project Number 103116-2 Revision: 8232021 007200-1 GENERAL CONDITIONS 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 SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: 823✓Z021 007200-1 GENERAL CONDITION S Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic 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 compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C Ff Y OF FORT WORTH S.SIV Flow Transfer Station STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CitvPrgiertNuinber103116-2 Revision: 9232021 007200-1 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 andPhysical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision:82MI 007200-1 GENERAL CONDITION S Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with 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 be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orIndicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Crf Y OF PORT WOR'1`11 .S.SIV Flow Transjer Station STANDARDCONSTRCCIION SPECIFICATION DOCUMENTS Cit-v Project Number 103116-2 Revision: W2pl 007200-1 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: I. 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 823 I 007200-1 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 (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affectedarea until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (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 anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTI I SS/V Flow Transfer Station STANDARD CONSTRUCI'ION SPECIFICAHON DOCUMENTS Cit-v Project Number 103116-2 Revision: Rn�/2021 00 72 00 -1 GENERAL CONDITIONS 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8/ZVZ I 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CI'r Y OF FORT WORTFt SS1V Flow Transfer Station STANDARUCONSTRUCTION SPECIFICATIO\ DOCUMENTS CitY Project Number 103116-2 Revision: &TQX I 007200-1 GENERAL CONDITIONS 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: 823✓L021 007200-I GENERAL CONDITION S Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days afterreceipt 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 SSIV Flow Transfer Station STANDARDCONSTRUCTION SPECIFICATION DOCUMF.NTs Cil.PrgjeetNumber 103116-2 Revision: A2iiZ021 00 72 00 - 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8232021 007200-1 GENERAL CONDITIONS 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. "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 FORM WORT11 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCtJMF,NTS Cit.ProjertNuniber103116-2 Revision: V-2021 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 Itenis: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82'1, I 007200-1 GENERAL CONDITION S Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.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 6.05.13. 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. C Ff Y OF FORT WORTI I SS/V Flow Transfer Station S'FANDARDCONSTRUCTION SPECIFICATION DOCUMENTS CitrProjectNumber 103116-2 Revision: V-32021 00 72 00 -1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: R2MI 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH SSIV Flow Transfer Station sTANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Ciq,Project Number 103116-2 Revision: 8n. -M-1 00 72 00 -1 GENERAL CONDITION S Page 26 of 63 D. Arbitration Required if violation NotResolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreementbefore the 15th day afterthe 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 1 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 CIT Y OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8=1 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device notspecified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City 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 obtainedpermits and licenses. City will obtain and pay for all permits and licenses as provide d 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 SSIV Flom Transfer station STANDARD CONSTRUCTION SPECIFICA"FION DOCIMENfS Cit.Project Number 103II6-2 Revision: 8230-021 007200-1 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 Ruing .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. httpJ/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 OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 823/202t 007200-1 GENERAL CONDITION 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 City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safetv and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01YProject Number 10.3116-2 Revision: &Mi2021 007200-I GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who maybe affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: 8232(12I 007200-1 GENERAL CONDITION S Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action 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. Cff Y OF FORT WORTFI SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Number 103116-2 Revision: 9232021 007200-I GENERAL CONDITION S Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8232021 007200-1 GENERAL CONDITIONS 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.O2.13. 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 INDFMNIFIC'ATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE, AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALI. 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. Contractorcovenants 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 CITY OF FORT WORTH S.SIV Flog Trans%er Station STANDARDCONSTRGCTION SPECIFIC.U101N DOCUMEN"rs Citv Project Number 103116-2 Revision: Rn-312(21 007200-1 GENERAL CONDITION S Page 34 of 63 ' \ \ 1 1 ' ► : \ 1 i / / \WERE CAUSED. IN WHOLE OR IN PART. RV &NJ_,ACT. OMISSION OR 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8232021 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER 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 tothe Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH SS/V Flow Transfer Station STANI)ARDCONSTRUC'rION SPECIFICATION DOCUMENTS Citv Project Number103116-2 Revision: W"? -1 007200-1 GENERAL CONDITION S 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82i/ I 007200-1 GENERAL CONDITION S Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH SSIV Flow Tram. fer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C'iq,Project Number 103110-2 Revision: 9012,21 00 72 00 -1 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: RQ3/ I 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Una it thorized 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 ofChange Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARDCONSTRUCTION SUCIFIC,U]ON DOCUMENTS CitvPro ectNumber 10.31I6-2 Revision: Mn.32O?I 007200-1 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: 823=1 00 72 00 - 1 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 I I — 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 11.01.13, 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 11.01.13, 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. CITYOPFORT WOR"flI SMVFlow Transferstation S'fANDARDCONSTRUCTION SPFCIP1C'ATION DOC'UMEN'i'S Cif.ProjeaNumber 103116-2 Revision: &h_32021 007200-1 GENERAL CON ITIONS 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 823d2021 00 72 00- 1 GENERAL CONDITIONS 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 11.01.A.1 or specifically covered by Paragraph 11.0l.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 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, 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: C IT Y OF FORT WORTH ss/V Flow Transfer Station STANDARDCONSTRUCHON SPECIFICATION DOCUMENTS CitYProject Number /0_i//6-2 Revision: V--YAT-1 00 72 00 - I 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 UnitPrice 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 SSIV Flow Transfer Station STANDARD CONSTRIJCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82MI 007200-1 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 final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increasedor decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH SSIV Flory Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit), Project Number 103116-2 Revision: 8�-Q021 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 12.0l.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 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee. The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.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 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82MI 007200-1 GENERAL CONDITION S Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.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 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this 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 SSIV Flow Transfer Station STANDARD CONSTRCCT[ON SPECIFICATION DOCUMENTS Cih•Project Number 103116-2 Revision: W-M-021 00 72 00 -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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 823/2021 007200-1 GENERAL CONDITIONS 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 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, 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 Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work Is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH SSIV Flom Transfer Station STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Cih•Project Number 103116-2 Revision: 823/2(nl 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 of such 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 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 823/Z02I 007200-1 GENERAL CONDITIONS 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 of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to 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 C IT Y OF FORT WORTI I SS1V Floc Transfer Station STANDARDCoNsTRUCTiON SPECIFICATION DOCUMF,NTS Cin•Project Number 103116-2 Revision: 8212021 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this 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 Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: 82MI 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 be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH SSIV Flow Transfir Station STANDARD CONSTRU CTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revision: KYAP-1 007200-1 GENERAL CONDITION S Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82i20L1 007200-1 GENERAL CONDITION S Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1, Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARDCONSTRCCI'ION SPECIFICATION DOCUMENTS CRY Project Number103116-2 Revision: 823M1 007200-1 GENERAL CONDITION S Page 56 of 63 14.07 Final Payment A. ApplicationforPayment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Reaainage Release A. If final completion of the Work is significantly delayed, and if City so confmns, 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision:82MI 007200-1 GENERAL CONDITIONS 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 SSIV Flog Transfer station STANDARI)CONSTRUCTION SPECIFICATION DOCUMENTS CihProject Number 103116-2 Revision: 8/tM-1 007200-1 GENERAL CONDITIONS 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 #20020-12-201lestablished 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 8232021 00 72 00 - 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 finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages 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 15.02.13, 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 Artic le. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq•Project Number 1031I6-2 Revision: 9232021 007200-I 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 SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revision: 82'i/2D2I 00 72 00 -1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: c CC Y OF FORT WOR"CF I SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCl1MFNI'S Cih,Project Number 103116-2 Revision: A23M-1 00 72 00 -1 GENERAL CONDITION S 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 SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project Number103116-2 Revision: 82MI 007200-1 GENERAL CONDITION S Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FOR'I' WOR'I'H SS/V rlow Transfer Station STANDARDCONSTRUCTION SPECIFICATION DOCUMEN"fS C'itY Project Number103116-2 Revision: fi23MI SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page I 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 vroaressed 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-4.0lA.L, "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of July 28, 2023: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None. CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01t, Project Number 103116-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of July 28, 2023: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Spectrum Telecom Fiber Parallel to Jameson Ln. Oncor Telecom Fiber Parallel to Jameson Ln. July 2023 July 2023 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report: Pressure Sustaining Valve Vault, dated March 31, 2022, prepared by Freese and Nichols, Inc., a consultant of the City, providing additional information on bearing capacity and lateral earth pressures for the PSV vault. 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: None. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc. (3) Subconsultant: Gupta and Associates, Inc.. (4) 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: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 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 SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. CITY OF FORT WORTI I WV Flow Trans%r Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin- Pro_jee! Number 103116-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 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 $Confirm Limits with Railroad $Confirm Limits with Railroad 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. SC-6.04., "Project Schedule" Project schedule shall be 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: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City's website at: htti)s://apps.fortworthtexas.2ov/ProiectResources/ CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-1 Revised March 9, 2020 0073 00 SUPPLEMENTARY CONDrrIONS Page 5 of 7 You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Street Use Permit 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: None. 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 July 28, 2023: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None. SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders CITY OF FORT WORTH SSIV F/ow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citr Project Number 103116-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None. SC-8.01, "Communications to Contractor" None. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Suzanne Abbe, P.E or her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-14.10, "Substantial Completion" Add the followins Section as follows: 14.10 Substantial Completion CITY OF FORT WORTH SSIVFlow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 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-16.01CA, "Methods and Procedures" None. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citt' Project Number I03116-2 Rcvised March 9, 2020 DIVISION O1 NERAL REQUIREMENTS SECTION 01 1100 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARY OF WORK Page I of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES INOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH SS1V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction or 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 al I times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cirp Project Number. 103116-2 Revised December 20, 2012 011100-3 SUMMARY OF WORK 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[ L I I 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 SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (ih• Project Number: 103116-2 Revised December 20, 2012 01 25 00 - 1 SUBS] ITUTION PROCEDURES SECTION 01 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page I of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 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 I. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONS IRUCTION SPECIFICATION DOCUMENTS Cith, Project Number: I03II6-2 Revised July I, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected i£ 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 SUBMITTALSANFORMATIONAL 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: l . 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 SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rej ected CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0131 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cirr Project Number: 103116-2 Revised August 17, 2012 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule 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 in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 17, 2012 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 OP FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: 103116-2 Revised August 17, 2012 SECTION 01 31 20 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-I PROJECTMEETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES INOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTII SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Project Number: 103116-2 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings l . 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 In. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July I, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. I) 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 I SUMMARY OF CHANGE CITY OF FORT WORT[I SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projee f Number: 103116-2 Revised Jule I, 2011 SECTION 0132 13 SCHEDULE OF VALUES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013213-1 SCHEDULE OF VALUES Page 1 of 2 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 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 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 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 SS/V Flog Transfer Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Cit. Project Number: 103l16-2 August 2017 0132 13 - 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 SSIV Flow Transfer Station SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project Number: 103116-2 August 2017 01 32 16 - I CONSTRUCTION PROGRESS SCHEDULE SECTION 0132 16 CONSTRUCTION SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Page I of 10 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. 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 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in atimely manner. Akey 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 life 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. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules CITY OF FORT WORTH SS/VFlow Transfer Station STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 01 32 16 - 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. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for 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 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the 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 and/or Complex Projects Regardless of Duration CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 01 32 16 - 3 CONSTRUCTION PROGRESS SCl1EDULE Page 3 of 10 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 I AH 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 Manage ;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 0132 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 SSIV Floc Trarnfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitY Project Number: 103116-2 Revised August 13, 2021 01 32 16 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated Overall schedule duration will align with the contractual requirements for the respective scope of workand 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 progress schedule), as shown below. + Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street I-IMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name PN_YYYY MM Example: 101376 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 01 32 16 - 5 CONSTRUCT [ON 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 will 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. R 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. Hbelow. Additional activities may be added to Levels I - 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. 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 SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih, Project Number: 103116-2 Revised August 13. 2021 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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-baselined 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 XXXXXX.30.20 XXXXXX.30.30 XXXXYX.30.40 XXXXYX.30.50 XXXXXX.30.60 XXXXXX.30.60.10 Design Contractor Agreement Conceptual Design (30%) Preliminary Design (60%) Final Design Environmental Permits Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 XXXXXX.40.20 XXXXXX.70 XXXXXX.70.10 XXXXXX.80 XXXXXX.80.81 XXXXXX.80.83 XXXXXX.80.85 XXXXXX.80.86 ROW Negotiations Condemnation Utility Relocation Utility Relocation Co-ordination Construction Bid and Award Construction Execution Inspection Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 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 all phases of work. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 01 3216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #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 PORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103//6-2 Revised August 13, 2021 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 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 .xls 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 S working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August I3, 202I 01 3216-9 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. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS INOT 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 USED1 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 S.SIV Flow TrarsferStation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS On-ProjeetNumber: 103116-2 Revised August 13, 2021 01 32 16 -10 CONSTRUCTION PROGRESS SCHEDULE PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE Page 10 of 10 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 SSIV Flow Transfer Station City Project Number: 103116-2 01 32 16.1 CONSTRUCT ION PROGRESS SCHEDULE— BASELINE EXAMPLE Page l of 5 SECTION 0132 16.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE PART 1 - GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CF W Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's projects chedule. CITY OF FORT WORTH SS1V Flow Trans%rStation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 ;0 -G O F d � Wz� �o t'J °z 'TJ n i7 zo O n z C=1 z W TPW - Capital Delivery I Project ID: CIP-01 B Layout Baseline Template A=q 0 ACevny N" I UU I W7 I Slit I Wolfe CIP-01B Neighborhood Street Construction Baseline Schedule Ex 434 434 02-Apr-2D18 17-Deo-2o19 82 PfrCoK ruchan j 38 3e 1 02-Apr-2018 1 23-May-tote a200 Aw2rd ConfiNU Don Coril aet o 0 02-Apr-2018 , 8210 _ SW Polkillon PRYeMIon Plan (Cortaclor Prepare and Submit) _ -� 10 10 02-Apr-2018 13-APF-2018 e200 8220 SHE Waif Two ge_- -F �- -- - - -- 1 1 02-Apr 2018 � 02-APr-2018 02a 0 8230 Nolim Tb Proceed,Qre-Conctuc8on Meeling ---- 1 1 17-Apr-20111 .,74il.2018 8220 a240 Pre-Colw/ildlon-P161e mee01g 1 1 25-Apr-2018 125-Apr-2016 18230 a250 Mobezaton -- - -- - - - 20- -- _ 20 26-Apr-2018 01e e240 Report Print Date_ 20-Jun-2018 Page 1 of 3 39MM M I T= 1 2015 ' 396 e210. 8220 _ 0 42A _ -~ - - e230 0 — 8240 -- a j 3DD0, 8250 0 ---�3310 81 53 _Cominic ton - _ � v--------T. , -----� 23D 230y03-4a SOIO1 01-Apr-20191 __ ..- 0 Sired 1 J@W 90 90 03-Yal121111e IO-Se 1115 � 1 Water 11 Storm ^ - _-_ J 40 40 03-May,2010 211,74ir2015 3000 Coritrltlbn Start --- -- -_ _ _ 0 0 03-M2y-201 a I ,8240 -- 3010, 850o T 0 3010 _ Ternp Water T 10- _-10 034A2y2010 1"ay2018 ;3000 302D 0 3026 - uya• Waif ab services -� - - - - -- r 2S 25 17-May-201e 21,e1,2018 ' 3010 31130 0 3030 Temp Paying Repair S S 22,eh2018 28,Wf2018 13020 W40, 310D 0 - --- - _ 4S _ 43 09�2018 - 104"-201e- M40 ES7vaYon _ _ S S ' 09-AA-2018 13,a1-2018 13030 I3050 110 3050 Stabil221on. - _ -- - ---_-� S S 16,hr201a 20Ji4-2018 3D40 --� 3mo 110 y- 3060 Paving 30 30 23-JU2018 31-NI¢201a 3050 3070,3180 110 3070 Flat W OR -_ — _ _ 20 20 O&AW2018 31-Auq•2018 13060 30a0 140 30e0 Cleanup - 10 10 27-A g-2018 10-Sep-20 1e 3070 ,30M 140 3090 Saletl COmplele --- - - - --- D 0 ,_ 10-Sep-2o1e 3oeo es1D 140 SYed 2 - — - ' - - - --- - - - 113 113 29dab-2018 y 10-Deo-201 a _ �._ __ _ _ _ �'_ WatwAStorm 63' _0 29-dof2018 27-3ep-201e 3100 Temp Water 1 10 1 10 29,nh2018 13-A&-mia 13030 3110 ' 0 3110 Lily 8• water and services 1s 15 i 16,Yf-2018 o3,Mir201a 3100 3120 0 3120 Temp Paving Repair S S i 064Ng-2018 11114Ag-2018 13110 3130 0 3130 Lay 8• Sewer and Serdees 8 a 13-Arg-2018 22-/Wy-2018 3120 3140 0 3140 Temp Paving Repair _- - -- -- -. - ----_� S 23-Aug-2018 29-N1k2018 31 _ 3150, 3220 0 3150 Sbnn Drain l SMADU'es 20 203DAW2018 27-Sep2018 3140 3160 a5!s F 3160 Excavatbn - - - - S T5 05- c1-2018 11-011-20la 3150 , 3170, 3250 fi 3170 Stabl122aon S 1 S ' 12-0e1-2018 18 OC14018 3160 3180 77 _ _3200 Clean up -10 10 3180 Paving 20 20 19-0d-2018 1S-Nov-2015 3170.3060 13190 I 77 3190 FlalWorf 20 T 20 02- Nov-2018 103-Deo-2018 31 eD 3200 I 77 - - -- - - -- -- - r27�lov-2019 10-Deo-2018 3190 -- - 210-- — I- - 77 3210 Sleet 2 Cornplele 0 0 1O-Deb201 e3200 Oslo I 77 S6eet3 e0 80 31),M9.2018 i 24-Deo-201e ' 67 Actual Work ♦ ♦ MileShme Remaining Work ♦ ♦ Critical Milestone Critical Remaining Work ♦ ♦ Completed Milestone CIP-01B-Neighborhood Street Construction Baseline Schedule Example 2019 2= 319M FORT WORTH b N O TPW - Capital Delivery Project ID: CIP-01 B Layout Baseline Template I ACMIY D ACBYny mine OD M3 SGrI Fiifill P[reKCWAM '.Acoffiim J 3220 Temp Walu 4 A 3o migk201a o5Sep-2018 ' 3140 3230 3230 _.-Laya-raterandserom -- - 8 ._ e -06Sep-201B-I 17 -'---. - - Sep-2o 1 e , 3220 ------ .3240 3240 Temp Pavarg Repair 1 1 1 BSef-2018 16-Sep-201 a 3230 3250, 3310 50 50 12-0eF2078 24-0e0.2016� - 3250 EnavaWn 5 5 12-0d-2018 18-0rs-2018 3240.3160 i 3260 3260 SOblizalon _ 5 5 19-01*2018 25436-2018 3250 3270 3270 Paring _ 20 20 26-OCMIB 26-NOV-201e 3260 3260 32BO Fla[Wort 20 20 16�4w-2018 17-Deo-201813270 -3290 3290 Clean lap 10 10 11-Deo-2018 24-Dec2018 32BO 3300 3300 Street 3 Complete 0 0 24-Deo-2018 3290 y 5510 S6eet1 134 134 194ey-2018 OIAPF-2019 _Water S Storm 69 69 JSOXVUtS 27-Deo•2010 3310 Temp water._...__6___. 6__., 19-sep-201eY 26-sep-201e . 3z4o. e25o !3320 . ..--- 3320 lay a- rater and ceraoei 20 20 27Sep-201e . 24-00-2018 3310 .3330 3330 Temp Pa" Repair 3 3 25-Op-2018 29-06-2018 T 3320 3340 3340 Lay 8• Serer Lr*S L-3203 S L-8346 aM SerNcei 20 20 304eF2018 28-mbr-2018 3330 3350 3350 lay 8- Serer LMS L-3212 A L-43355 aM Servbes 15 15 29a4w-2018 ; 19-Dee-201 B . 33AD 3360 3360 Temp PaArg Repair 5 1 5 20-0eo-2018 27-Deo-2018 3350 3370 60 60 07.1an-2010 Ol Apr-2079 337D E=avatbn 10 10 07-Jao-2019 18-•L'an-2019 3360 133W 3350 Slablizaton 10 10 22-1art2019 04-Feb-2019 3370 3390 3390 Paring 20 20 135fett-2019 04-Yar-2019 33B0 13400 3400 FlalWort 20 20. 26-FetH2O19 25-Mar-2019 3390 13410 3410 Cleans/ 10 to 194&af-2019 01-ApV.2019 3400 3420 3420 Street Complelel5aextartal Complete 0 0 014pr--2019 341D 5510 Report Print Date_ 20-1un-2018 Page 2 of 3 lam Ella l El1Y %UU ". MIJIJI SI9MaJlllP4MJIJIAISIgMr-JIFIMI I� 0 u- ------------ ---- --------- ------- 67 4 4- 67 67 67 -- - - ------- i-y------ 6------ I ------ - --- •-t 67 I 67 - - _.- --- ---- - ---- •-- ------ •-•- • 0 I I l l 0 +•------ ------¢ 0 9 D 0 - -- -- • • ----------- p ---• - 0 0 I 1 21116 • 5 2 3-Apr-2 DI �2 213 � _ -•-- _ ..�-•- I • T 8510 Fl repecfon - - 0 05 MW 09 f 3420. 3300. 321 f . - 8620 -- C I— I 8520 Complete PWM L%t Tast6 30 30 I6-Ap-2019 28-May-2019 8510 9530 0 11530 Final Wa[ThroughTafCbmpie*dPLfCnLWTarts 1 1 05�hrt•2019 05-WF2019 8520 6540 0 8540 COlraudbo Final Complebon 0 0 05,hft2019 e530 9100, 9110 0 .-..------1------ ------- -' -- ------ 90 Closeoat 135 135 116-kin-2019 17-De02019. 0 Coltskwfion Contrad Close-out 135 135 06-Ar—M 19 17-0eo-2019 S - - - - -- - As-8Oilt S 5 06-JW2019 12,Wf2019 i 9100 As-Bnn Su"(SUMMIle0 by CorOaclbr) 5 5 06tilul`2019 12-Wf2019 IBS40 9110 25 ' _ ....... _ - Contract C loseout 13S 135 ._.--'I-•-'-'{------ QG�Iii 1.2019 17-0eo-2019 # ----- {._, __..}: ='}-' ------' 9170 Contract Reeoncflaton 30 30 06.fuk-2019 18-Al-2019 _9100,B540 -, 9120 D Achlal Work • • Milestone Remaining Work r ♦ ♦ Critical Milestone Critical Remaining Work ♦ ♦ Completed Milestone CIP-01B - Neighborhood Sheet Construction FORT WORTH Baseline Schedule Example TPW - Capital Delivery Layout: Baseline Template rawly ID ACIM rune 9120 Slbntta S (Prged COG&MA DoaanertaWn) _9130 Notice of COmpietor"een Sleet _9140 Rnal ComfMon Coreact nndre PM 9150 Congnmon Conn* _ 91150 Le"M LearreO Achial Work Remaining Work Critical Remaining Work Project ID: CIP-01 B DD I RD I ..mac— wmeCssaR 35 !I 38 19-MF2019 11 Sep-219110 0 0 _ _ 23- d-2019 _ 9120 . 1 1 _ 14-NOW-2019 1/-NOW-2_019_ 9130 0 0 1"Ov 2019 9140 _ 1 _ 1 17-Deo-2019 17-Dea-2019 ' 9150 ♦ Milestone ♦ Critical Milestone ♦ Completed Milestone Report Print Date: 20-Jun-2018 Page 3 of 3 IC! ' MJNI"I3'9MCIJJq AJ JJJLAJS 'IMD.JIFIM' 9130 0 9150 0 91fi0 0 CIP-01B - Neighborhood Street Construction Baseline Schedule Example FORT WORTH 01 32 16.1 CONSTRUCTION PROGRESS SCI IEDULE —BASELINE EXAMPLE Page 5 of 5 DATE July 20, 2018 END OF SECTION NAME M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH S.SIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page l of 4 SECTION 0132 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART 1 - GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 01 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH SS/V Flow Transfer Station: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 TPW - Capital Delivery I Project ID: CIP-01 P I Report Print Date: 20-Jun-2018 Layout: Progress Template Page 1 of 2 kb* b AMft k- OD RG I "411M 11 HL F11" M" I Yl ft" FNN I Hhrt I Fri* Tom 1bY�¢ I M. I I 7819 20I0 III aarrct,el Flea -aL I CP-01P - Neighborhood Street Construction Progress Schedule E1 432 an a¢ Apr-2Dla 17-0eo-2D19 02-Apr-20 1BA 13-0ea20,9 i a 2 W Pre-ConinKlien 38 11 D%IO2,Apr-2018 1234Aiq-2018 I 024W-2018A 154tay-20181 951 6 am ArodCandru onCanlW 0 0 100%1Q2-/Fr-2015 02-Air-ZD18A_ D a2t0 u� SW PmOP n ,[�renlan Plan ponlramrPnghwe and Submlq - 10 0 100%i 02,W-2018 - - -- - -'-- ,02-Apr-2018A 13,Apr-2D18' 0 --- 8220 _ ---- SreWalk Tmotgn - - - -- -- - --- -- 1 0 --- 100%02,W7018 -.13�Apr-201B 02,Apr-2018 iC2,W-2018A 02,Apr-2018 0 8230 NDke-bRuceedPre•ConsImlonHEMng 1 D 100% 17,OW-2A18 17-Apr-2018 !tt-ApFMIBA 17,Apr-2D,8! ! 0 8240 Pre-Constuc lm - P1mYc MeeBng - 1 0 '- 100% 25-APr-2018 i 25,W 3018 19,1W-MIBA 14Ap_r-2078 4 8250 ►IDa111Za60n -- 2D 11 - 50%r26-/1ph2I11B -_ �1 2018 --! 1&�ipF2016A 15�tltr-2018- a5,- ---- 6 $tree! 1 90 90 034Yy,2018 f0 BepZOta 014Aar2018 a8$RP 201a 140 s %ram i Stem 40 40 034ily-2018 28 Jun-2018 m4uy-201a 26-118-20, s a - 30DO CotSWuchon S-. ru -_-. -_ 0 0 0%1 y-2018 01-MW201a ai 2 3010 Te"WM 10 - 0% 20f8 I&May-2018 01-1iay-2Dfa 144A[V-018' a! 2 -- - 302L --- - - - - l.atr8',rler>b acrNrrs __10-�-- 25 25 D%, ,7iiiay-Mart --- �2,.Iurf20,b �1S-i�70,-8 ,9JW�20,9 a, 2 - 3030 T_kaP.r - 5 5 0%', 2zJun-2o fa -' 28�WI is --- - - ---- 2w - zm zD-,wr�zo,e � z6,wn-zDle -- D z ---•'- ti- 45 45 02411 2afa 1D-Se0,201e Os wao,e a6tiSW2ofe_ _140.. it I 3040 EXCa✓XW 5 5 0%�09.W-2018 �3.NY-2018 -, a5,LF2018 11.tW-201B i 1W 2 3050 swwn6eoll 5 _ 5 20-A*-2018 12-M9-2018 11a,Ar1-2018 11D 2 3M PaArg - - - - - - - - - - -1 - - -30 30 _D%116,U-201B D% 23-A&2018 31,Ng-2_018 --� 19,U-2018 ! 29,Aug-2018 , 11 - 2 3070 Fla[ WOR - - -�- ]fl -20 - V%1 __ � -- 78 O6,Aug-2D ,Aug-2D 31 fa 02 Aurr2D,H 18 1401 - 2 _ - - - 3060 - - - - - - --- - -- - Clain uP_ � 10 10 0%127,W11f20111 T 10-Sep-2018 - r - 23ANg-2018 aBSep,2018l - taxi- 2 3090 - -- stlt!ett Comp101e - 0 a D% _� iD,Se¢2019 O6-:.ep-2015' 140'. 2 aet Str2 Now 113 113 29,iu►2ola '10-Deo-2018 v-Am-4Dla woeP is 77' 2 WSW t.iltrlll 63 29,MY1.201a zm%ep-2a,a 27,Hm40,6 zs ^ 20m 67 3100 lerlpi a1Br 10 10 0%I2a uw-2oia ! 13-W2018_ 27,8ut-ZO,a 11-J1a-2018 2 ►' 3110 _ Lay B-11o01at1d6B1V1aeb_-_.-.-__-- 15---15-- __� 0%'16,MY-2018 703�Aug-2t418 T12,Wt-201a701,A1gmla _Oi_ _ 2 _ 3120 T&V PaNBg Repalr 5 5 ' ----- D%! a6,Mlg-2018 1o•Aug-2af8 _ 02,Aug-201a ; os4aq¢mia ! _0; c! -- 2 3130 Lays-BeeeralldSerM0e6 - -�- -'- 8 _ - - - - ----,- 8 .. _ 0%j13,A09-20181-22,&W2! f8 094aq-201812020,Nr¢2018i-- 0 2 �4 3140 Te9i PaW,g Repalr---- S 5 0%' 23•IYeg-2016 i 29•-Awk2Ol B 21 1 D 2 ' 3150 Sbrm olaln 8 Shl=n 20 20 0%1 30-Au¢2018 27Sep-pro18 2&Aug-2o 18 25-Sep-2018 67 2 Pat"- .�_ 45 45 05-00-201B 10-Deo-2018 03-OC1.2016 064wo-2D18.. 77. r- 3160 erarAw 5 5 D%I0541-2a15 11•otl-201a 03,Oc[-2018 7 DgOd-2Dta 67 2 _`- 3170 Stad12ae00 5 5 0%I124kl-2ata 15-0ct-2➢18 10,Oct-2016 1 16.OcMl 77 2 3180 Padng 20 20 0%! 19-0r2-2018 15440* 01a 17-OCI-2015 13-MOV-MI: i 77 2 3190 Fla[Wort 20 20 D%i ON4w#-2018 03-Oea-201B 31-00-2018 29•NOW-201 77 2 3200 Cleanup 10 10 0% 27aiDV-2015 104De4>-2018 21-Nowmia 77 2 3210 _ SOeel2 rorrCl - 0 0 D%. 10-Deo-241B _06.Oec-mia 06.Oeo•2018 ' 7 2 Street? ' - r -a0 e0 �=^"IS ...,S40e6Z018 26, WWO18 M41ee.=18 pi -,L d storm 13 t3 0-40" MOON D _iKa*r mn -------�-�- ater 7L."ya - 3GAUg-2018 28,Aag-2Dt8 1 3i,%x 18 i D' 2 -'----_-__- tl iLMNCei -_ -__- -- 8 8 0%! 1057-Sep•2a18 �eP2016_ awl.4ep-2a,a 13Sepmia 0, 2 � Acbial Work � Remaining Work � Critical Remaining Work ♦ Milestone ♦ Critical Milestone ♦ Complehed Milestone CIP-01P - Neighborhood Street Construction Progress Schedule Example FORT WORTH 0 WOE O z rA ro m n n a 0 z g rn z TPW - Capital Delivery Layout: Progress Template ACIM mo AWp kUM 3=1 Tiei p Paving Repair 3250 Excarallm 3260 SladltatOfm 3270 Pawing 3250 Flatwart 3290 CYBam LIP MW SDeel3 COepleie- Skid 4 Wader d Stamm 337D Teep Wafer 33M Lay 8-solar and services 33M Rep Paving Repair 3340 Lay 5- Serer LU" L 7203 E 1,40 6 aid Serlbet 335D Lay a- Sever Llne6 L-3212 E L-a355 and Selxces 3360 Rep Paving Repair 3370 Exravaa0n 3M) S6dU310n 3390 Pawing 3400 Fli Wart 3410 - Clean up - - - - - ---- - 3420 ^Die11 Cornpl�lGita[Itat CaMlele Project ID: CIP-01 P Report Print Date: 20-Jun-2018 OD RD I 8IFr8 1I67�lYYrmnoZ i C.-M HE xrJ Sep-2016 lb,-2014 2018 14vep-2018t 4 50 12-017-21a 2*000*0 1010C1.2019 M 5 5 D%, 12-00-201B la-00-2018 r 140t2018 16-0ct-2018 i 67' 2 5 5 D% 194)oE2018 �2SOCE-2018 17-0cE-2078 234)ct-01B 67 2 20 20 0% 26-02-2018 26-Nov-201 B 21-0c1-201B ! 204k*-2078 , 57 2 20 20 0% 1644DW-2018 17-Deo-2018 14- fo r-2018 13-0162018 57 2 10 10 0% 11-0eo-201e 24-DeoMl8 07-0eo-2018 20•Ueo-2ma , 67 2 0 0 0% 24-DEC2018 2DDec2018 , 67 2 134 136 _ 154!!P2118 01H1pr6II019 174ep=W 2611i-2M D z 69 69 "44HOM 27-0e0.2015 17Sep-2018 244Dea201a 0 a 6 6 D% t9-sep-2016 26-Sep-2018 117Sep-2t11a 24-sep-2018 0 2 20 20 0%- 27-Sep-20187 24-0cF2018 25-Sep-2018 Z2-0cF2D18 , 0 2 3 3 0% 25-0ri-2018 29-00-2018 23-4 r2018 25-00-2D1a , 0 2 20 20 D% 30-Ors-2018 2544or2018 26-Oct-2010 . 26-Nov-2018 ; 0 2 15 15 D%. 29440v-2018 19-0co-2018 27-H w2018 i 17-0eo-2018_, D 2 5 5 D% 2D-Deo-2016 _ 27-13mMl6 _ 1B4)ec-2018 24-0e02018 0 2 - 10 10 0%; 07-"-2019 18Jar,2019 03J2re-2019 16Jarr2D19) 0 2 10 - - --- 10 - -... - D%; 22Jar,2019 ---� ---- - - - 04feb-Feb -r- -- -'- - -- 17JarHM19 31JaW2019 ----- ------ - 0 2 - - -• - - - - _2 20 20 D%' OSfex-2019 04-YY-2019 0lfetr2019 25-Fetf2019� a 20 20 D% 2&fe1r2019 , 25-Yu-2019 22-Feb-2019 214lar-M19 ' lh 2 10 10 D%, 19-Nar-2019 01-Apr-2019 15A1ai-2019 2B-Llar-2019 0 2 0 D D%_—, O7-Apt-2019 28-i4at-71114 0! 2 85 116pemdn 276 276 0% 034MV-213 O5Jun-Jun 01�iay-2018 03JUn-2D19 0 2 8500 rmapemon 225 225 D% 034Hy2018 25�2019 01�y-2018 21�r-2019 ! 5 2 5510 Flu hweman 10 10 D%, 02-Apr-2019 15-W-M9 294Aar-2019 ll-ApF2019 0 2 852D _ Conplele Puntll Litt Bst6 - 30 -1 0% 164 71�1�[-2lli9 ;9� 019I____0 2 5530 -------- ----- final Waltflumgh1tw Cpnpieled Pm MUst Twits - __30 - 1 -- _--2019_ 0% 05., 2019 ._Y8-U-3rmi9 05JUn-2019 U-Jun-2019 03Jun-2019 0 -- 2 8540 COn anico 0 nm COrnpleson - 0 ---- D 0%- .. - - - OSJm>n-2019 -- �- - - - - - -' -03Jun-X119 ! 0 90 Closeout -- - 135 135 D%j 06Jur,2019 ' 17-Deo-2019 04,Nm-2019 O-Deo-2019 i - 02 CaMISMCamtardCM604 d d 135 135 06Jun-20i9 lumomp oMROFZ919 4.OloiD19 a- 2 � 5 5 06,AW2019 12JUn-2019 04 JUM-2019 10Ju0.2019 25 1 9100 Ar.Bitt tieveY SubmlOed. Can D� �4rlOr)_- 5 T 5 06Juf-2019 12Jun-2019 --+_..- 04Jur�2019 1 Wmr�2019 1 7 25 2 _ CpiiMr4NE�'7iIMML! - _ __. .. . _ _`.0% - - 9110 COrraet Reomdlia 30 30 D% 06Jun-2019 t201 18Jm9 04Jun-2019 16Ju1-2019 - 0, 2 -- OOaemmermLaBon]._ _-_ _ 38. 19Ju1-2019- I-Se___17-Ak2O19 2019 2 4130 CwrOe%V Green �m St" D ---D% 0 D% 23-0L42019 -fY4- ct-Oct _ 21-0CF2019 _0 D 2 9140 __-- . .. . final Cametmxrian COntaG InvMee Paid _ .__._T 1 _3B 1 D%; 144am 19 9 12�bv-2019� t2�bv4019 f 0 2 9150 COKtuCOan COntad Cxlretl 0 0 , D% u�low2019_-_ - 12a46v-2019 - - 0 2 -ma u6s" Learneo 1 1 0%, 17-0eo-2019 17-0eo-2019 t3-0ee2019 t3-0eo30t9 0 2 Page 2 of 2 2018 2M 2= 21 � Actual Work ♦ ♦ Milestone FORTWORTH � Remaining Work ♦ ♦ Critical Milestone CIP-01P -Neighborhood Street Construction r Critical Remaining Work ♦ ♦ Completed Milestone Progress Schedule Example 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE DATE July 20, 2018 May 7, 2021 END OF SECUON NAME M. Jarrell Initial Issue Revision Log S UMMARY OF CHANGE M Owen Revised name due to revising the schedule specification Page 4of4 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised August 13, 2021 0132 16.3 — PROGRESS NARRATIVE Page 1 of 1 SECTION 01 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: I 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 SS/V Flog TrunsjirStation Construction Project Schedule Narrative Report for CFW Projects Cith Project Number: 103116-2 Revised August 13, 2021 Page 1 of 1 01 3233- 1 PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number: 103116-2 Revised Jule 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 3300- 1 SUBMITTALS Page l of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH SS1V Flow Tran.s%er Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 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 C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 % 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 E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 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. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit.v Project Number: 103116-2 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103116-2 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH SSIV flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cith• Project Number: 103116-2 Revised Deccmber 20, 2012 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 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. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 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] 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 SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number: 103116-2 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 35 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 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. Use of Explosives, Drop Weight, Etc. e. Water Department Notification f. Public Notification Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 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) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: I ) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 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 Flagmen a. Measurement CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: I03II6-2 Revised March 11, 2022 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 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, Chapter 752. High Voltage Overhead Lines. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 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 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) CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 11, 2022 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 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. 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 E. 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. I ) 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. F. Public Notification Prior to Beginning Construction Prior to beginning construction 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 and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. C'1'fY OF FORT WORTII .S:SIV Flow Transfer. Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number: 103116-2 Revised March 11, 2022 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 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) 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) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) 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 and door hangers are delivered to all residents of the block. G. 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. H. 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. 1. Coordination within Railroad Permit Areas CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 11, 2022 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 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 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 information 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. J. 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. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDI 1.7 CLOSEOUT SUBMITTALS INOT 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 USEDI PART 2 - PRODUCTS [NOT USEDI PART 3 - EXECUTION [NOT USEDI END OF SECTION CITY OF FORT WORTH SS1V flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 11, 2022 0135 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 11, 2022 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of A EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF 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 S.SIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 11, 2022 01 35 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH, DOE MO. ]a= Protect Matne: 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. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTI I SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cihv Project Number: 103116-2 Revised March 11, 2022 Ol 4523 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: 103116-2 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page l of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 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 a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONS TRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July I, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH SSN Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 015000-3 i'EMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT 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 USEDI 3.2 EXAMINATION [NOT USEDI 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1, Maintain all temporary facilities for duration of construction activities as needed. 3.5 IREPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD 10R] SITE QUALITY CONTROL INOT USED] 3.8 SYSTEM STARTUP INOT USEDI 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Project Number: 103116-2 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TOT RAF FIC CONTROL Page I of 3 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL V-1141 00mkl III_ 'J.1111 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 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. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control General a. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. b. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. c. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: 103II6-2 Revised March 22. 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 2) A traffic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as an alternative to preparing project/site specific traffic control plan if the typical is applicable to the specific project/site. B. Street Use Permit Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's website. 1.5 SUBMITTALS [NOT USED] A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 22, 2021 01 5526 -3 STREET USE PERMIT AND MODIFICATIONS TOT RAF FIC CONTROL Page 3 of 3 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 SUMMARYOF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals"if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH SS1V Flory Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitY Project Number: 103116-2 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 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. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTI I SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) 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 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 57 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 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 FORTWORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih Project Number: 103116-2 Revised July I, 2011 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 58 13 - l TEMPORARY PROJECT SIGNAGE Pagel of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTII SS/V Flow rr-ansfer-Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number: 103116-2 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of %-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [Olt] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number: 103116-2 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 016000 PRODUCT REQUIREMENTS Page l of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.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 SS1V Flow TnmsjerStation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Numher: 10.3116-2 Revised March 9, 2020 01 60 00 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. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103116-2 Revised March 9, 2020 01 6600- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH SS1V blow Trans%cr Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih, Project Number: 103116-2 Revised July I, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 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 lou] 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] END OF SECTION CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit , Project Number: 103116-2 Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number; 103116-2 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page I of SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- 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 l 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. 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 SS/V How Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Number: 103110-2 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 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. b) 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.] 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 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) 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 "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 oF4 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 I) 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: I) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 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 I) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price 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 WORTI I SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0tv Project Number: 103116-2 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 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 FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised November 22, 2016 Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 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 MOTright-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the MOT manual shall prevail. (httiD://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors 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 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survev Department Contact Information Physical and mailing address: 88S1 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Lath/Stake Wooden Hub (2"x2" min. square preferred) Pin Flags (2.5" x 3.5" preferred) Guard Stakes PK or Mag nails Iron Rods (1/2" or greater diameter) Survey Marking Paint Flagging Marking Whiskers (feathers) Tacks (for marking hubs) Color WHITE YELLOW ORANGE PINK Minimum size 36" tall 6" tall 21" long Not required 1" long 18" long Water -based 1" wide 6" long 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 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. 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 All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_State PIane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Ea sti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Nominp 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 U Q m CY _ w m W J �— m _ � a a a- G 1016 UFy W m C� CL z < Q j a a=) F _ w tra J a Q CL J - J a w m Q a U G r-` cP �� EL. = 100.00' N=5000.00 E=5000.00 p W p W a � [ir � 0 Z a �z _ G U w U LL- ~ W < X m' W p[ a V. Water Staking Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents 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 VI I. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 z\ \ 3/ \ Gy \\ LL \ ~\ } %4 f 5 OL c (( /+ $/ \ s> ) } /Ld � / \� \ ry 2 c { �\ m � Ld - ^ ® § VE SankaC SewerStaking \ t \ , oSpc ad Governance PG2s\Temp eRspec ReQC N%lDeI«r CpD&aR Div oy0171 211E01 Attachment A mrve Staking kan&r sdox Page gw22 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 Vl. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 N j W t1 Ol � O O N n ID fA 3 3 Ta O D c IN N < N h < T N N ry N � li a N It � N v CL M d C O_ X w v (D FRONT (SIDE FACING �) 2nd OFFSET STAKE {�- FOR ALJGNMENT i-µ FOR SSMH'S �- 0 FRONT (SIDE FACING) 2nd OFFSET STAKE N ; FOR ALIGNMENT a FOR SSMH'S N FRONT re co (SIDE FACINGco �) NO FLAGGING REQUIRED IN LIEU OF GREEN PAINTED LATH MH ref aFFSEf STAKE FRONT N —_ (SIDE FACING �) MH y ffr OFFSET STAKE FOR ALIGNMENT ON y � ti a SAME STATIONING 45 SSMH'S FIRST OFFSET STAKEIre a SANITARY SEWER LINE u} F/L I1Y4H IDENTIFIES MANHOLE n I STATIONING F/L S iQR r 'SAL IDENTIFIES FLOWLINE OF �y LN? NORTH PIPE GRADE RIM u IDENTIFIES CUT - 0 OR FILL + FOR NORTH PIPE 10 p rF/L' IDENTIFIES FLOWUNE OF _ g SOUTH PIPE GRADE IDENTIFIES OUT - [nl 4�1 4-OR FILL FOR. SOUTH PIPE 1" RIM IDENTIFIES RIM GRADE �` HUB PAINTED GREEN, FLUSH NTH `i" 1Sj I I FILLS+ iOTTOP !� GROUND, WITH TACK OR BLACK DOT l+ OF MANHOLE RTOP (OPTIONAL) HUB PAINTED GREEN WITH- Iq BLUE WHISKERS OR SOD NAL WITH BLUE WHISKERS p • FOR ALIGNr� FOR SSMH'S IENT w V_ � � N NO 2ND OFFSET STAKE FOR CENTERLINE IS MH NEEDED FRONT R (SIDE FACING CL) / s � w FA O• � RIM S IF) r R N FA NE r�� P I � T2 _ RIM N BECAUSE STATIONING BETWEEN SSMH'S WASi o FA LESS THAN 400', SPLIT THE DIFFERENCE AND \\ s SET � I STAKE IN THE MIDDLE ST6'�f "Y goo+"" 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT ti SIDE FACING (SIDE FACING) C� �o lVj mI 0 iI I Z 17, BACK M I :-.11- BACK C911E FAONG R.MW,) Gl. Ii {511= FAUNIM R.0,W.) Paw } lilt I I IDENTIFlEs %NHICH D.11) OF THE WIN(. BEING STAXID POINT 0 11, EN -1 `1 ES YMH I C: H Pil) OF THE WNG STAU BEING HLEI ELPAMH INLET HUS ELEVAMM4 to (IF7 14.-. 0 0?� PLAIiI.) -TE T7CENTIFIES GRACE c T,3 -n:)P OF CURB T/C _q + 0 1+0 IDENTIFIES OR.6.11E TO F-C.-YoUNE I III DISTANCES FOR INLETS STANDARD 10' - 10' RECESSED W - 24f STANDARD DOUBLE 10' — 26,67' HUB -mm TAZK FECE55ED DOABLE ia' - 30.67' — — — — — — — — — — — — — — — — — — — — — — — — — — — — — EIAG,i OF INLET FI IN I tj bl BAUD Y rIJ52— BAOOF CURB FACE OF INLET I FACE OF INLET FLOYOUNE E5'GE OF PA`V0,IEIiT EDW OF PA%elEMENT EDGE OF PAWMENT EDGE 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01-Attachnnent 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 VI I. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING Q O FRONT IDENTIFIES END FRONT 4(SBE FA INC POINT •Y B1 FRONT o T�rNca,r (SIDE FACING IDENTIFIES START Pc 51DE FACING �} POINT LF CURVATURE y1 o a { PT BACK N IC;'amFlEs OFFSET Is TO — (SIDE FAC3NO R.O.1N) DA01 OF CURS OR F/C FOR. FACE OF CURD O al y + 4 N III I POINT # "s B/C III I IDENTIFIES GRADE IS III I p ; TO POP OF CURB NO DRAM ON -` ~` d II I HUB ELEVATION o + RADIUS POINTS0 P NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH � m at --� TOP OF CURB BALK OF CURB fir —r FACE OF CURB r I rrrr L ---�-RAP FLOWLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 n z 0 [10---O/s STA=2+501 F+002 Ij LL- OL LL, OL OL V- ' 0 U- UZ Z wo- w IL >Z fil . 0 Q 6w CL, IJ 0 J-)rrvisla xvrm 0.; � \ / emno -40 MoVe '{\ W -z' F GUAD JO Me -0 3-mvisla xwi Ug .'7 ej \ � 81 4— z \ / ( �/ m zw 0:\Spec5-Std5Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attach ment A —Survey Staking Standards.docx Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 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 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 �i F— I� �F ` 06•01 VJS An Hoivm Ei t O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 20 of 22 ' SAL' - D.ppp7 - IPILL AV, aAI-OY z STA O9NM - XM2 MOW OV ` y .� 0•p00 - @ WL fF i D) REMVE A SALVAGE EXIST. R PRLp Ir VATS QqE VALVE f REMCFR ' ALL, _ COVAECT TO EXIST. d WAFER .hIPX XTEE IM rAth I•OSUM SLEEVE . h(p'r6 Fitl�9EM0 �-77 r/- I-IPX IrREDLCFR h&'aEmm Pw (i (` hl2'(bPE VANE �� Mgt M ' E•P�29IM E•2296JS/I/9f Fv1 Vou d $ tsnstar. x + BLK 6 �y�yof faWs�YA Ud aOL• (MAC RE1WE EXIST. WWATER / CP ,H-ir # y4 6 EEC a&.73a4e O ce°d► e raw •1 !N: STAO'sw-OWL h OWYEW.8m r STA 06675 - OWL *16%go L512s i) 05TAU. r r E•22SMS70 hCX &AICWR TEE - to h(TGPE VALVE"v / h FIRE M ALF CHYLXW LEAD ty`r�tF j h Irk b'A�" �J E278B LOr / iN M.FaY RrtG C •X'Lii/ Wes'. aaM R Qr EVa A a+s.• QA rp— L:2EY. TPS30 \Ilbra R YIOsry sm ti/ �'r'v+i If ��7 Qut 1 / \\ M Tam '2 --;'i, r P. r ,•i+ t� } RErGaE & SALYASE EXIST. (SATE VALVE STA' J2db - Yl !DT A IMSTAL{A FIP�•VERr tMJYD aw a.rm.+asrdr.dn Mb99097.404 t.,n Ana uc STA 0MW - Ir WL fFLOrD DR/ NSTAU. h W AU SOW SLEEVE .51 LF LF WWATER PPE Q]YMECI TO EXIST. Ir WATER E-22�J0.7Lp36 STA03T5(f - /2 ST,O'dM B - 12W APSTALL: lr,,,r Af1. h 04FVERT. BE1WD �VFRf.BEdfD *69R 55-, it M-694705Z_g6W E-22993032W E•2299MZ= 15S- - --- PROPOSED] SANffMY SEE SHEET IN O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 I1111 I u I }VJ fi for- � I of T fl- 01 r m if to �o - Id am Iwo Of 10 - _� 1 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 0:\Spec!, BLK 29 (Dr z I Q nus nary rta v.Fwl warn LOT 7 - oAm Pd r. Fni wain W &o.nJavy i. 0. I SAN/rARr SEWER ••��� I • Z sERYIIIE W/ CIEMUff k •d xra.. W W i Ln �LAYTONIRD. W. e '�"" :I dry 'Ln co an O 12' WATER � YI09 . MrER UNE A `L-.36J`4 -a W .z fT SMC SEVERREMME awn � ii g`'i a�SM I STAWAD -9SS UNE A. [Dr2 I{�. /n EXAST.STAQML-3PI- Slo+Wlm wr rf.i ram �n EXIST. SrAh74L3654 ra susi s i RE"E EYISP.SSYH Cb4STRUCI 5 LP OF fr SS UNE ORYSf.IpASSIN/ RYC!l/0E i OW-COUAR A MH /NSERr W/ CQRROSION PMrECr)W OONNECr PROP. d SS (NW) 00067 PAW. xss (YELSWO TO PROP SSW N-6ww/56252 E-2m553231 CITY MAP NO. 2018-380,2018-3' MAPSCO PAGE NO.74N, S, T, W 2-00 h00 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 )1\01 71 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 2 6946260.893 2296062.141 725.668 GV RIM�� 3 6946307.399 2296038.306 726.85 GV RIM CC 11- E 5 4 6946220.592 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH t 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM �( �l Cam--tq,4 L 9 6946003.056 2295933.418 713.652 CO RIM 2 6tJC Lt Z 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710,046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.189 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM i LC 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 0 A / 6, 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 Ci 22 6945682.21 2295744.22 716.686 WM RIM r 23 6945621.902 2295669.471 723.76 WM RIM r 24 6945643.407 2295736.03 719.737 CO RIM L -F 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539,498 2295667.803 729.123 WM RIM 7-D 27 6945519.834 2295619.49 732.689 WM RIM C 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM �. l ST& b 30 6945387.356 2295597,101 740.756 GV RIM T7+ L f}tJ 31 6945370.688 2295606.793 740.976 GV RIMS Cju��L 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM L P 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 F 41 6945041.024 2295552.675 751.79 WM RIM 42 43 6945038.878 6945006.397 2295552.147 2295518.135 751.88 WM RIM 752.615 WM RIM \ 5� 3ttt sSfF 44 6944944.782 2295520.635 752.801 WM RIM 6 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM 0:\Spec5-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 il A ------ ------- - ------------ ----- - - - ---- ------------- ------ - ------------ N N I z z z z a a F - --- ------ ------- --- ----- -------------- b 9 q aW gw aw RW 6w � � �w 'al 8 # i 8l ® - E o0o.w I A N,5 E � � - �- 31 .z, 5 r N a a O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- 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. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: l ) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number: 10.3116-2 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking; — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References l . City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: 103116-2 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 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. 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 25O linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103116-2 Revised February 14, 2018 01 7123 -5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Storm water —Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (shp) CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number: 10.3116-2 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.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. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103I16-2 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [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 3"' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORTWORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPE''CIF[CATION DOCUMENTS Ciry Project Number: 10.31I6-2 Revised February 14, 2018 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - 1 CLEANING Page l 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. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 14 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH SS1V Flow Transfir Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103116-2 Revised Jul} 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 017423-3 CLEANING Page 3 of 4 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 l . 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 14. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: 103116-2 Revised July 1, 2011 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 75 00 STARTING AND ADJUSTING PART 1- GENERAL 1.1 SUMMARY 01 75 00- 1 STARTING AND ADJUSTING Pagel of3 A. Provide step-by-step procedures for starting provided systems, including equipment, pumps, and processes. B. Provide pre -startup inspections by equipment manufacturers. C. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. D. Provide for initial maintenance and operation. E. Include costs for starting and adjusting provided by manufacturer's representative in the Cost of Work for the equipment package. Owner will provide chemicals, if any, required for continued operations. 1.2 STANDARDS A. Comply with the specified standards associated with the testing or startup of equipment. 1.3 DOCUMENTATION A. Provide the following documents in accordance with Section 01 33 00: 1. A Plan of Action for testing, checking, and starting equipment as Product Data per Section 01 31 13. Equipment Installation Reports on the form provided by the Construction Manager certifying that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation. 3. Operation and maintenance manuals per Section 01 78 23. Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by Section 01 79 00. 1.4 SPECIAL JOB CONDITIONS A. Do not start or test any equipment until the complete unit has been installed and thoroughly checked. Provide the services of a qualified representative of the manufacturer to attend the tests and startup procedures as required by this Section. C. Do not start or test any equipment until the preliminary operation and maintenance manual per Section 01 33 04 has been approved. PART 2 - PRODUCTS 2.1 TESTING INSTRUMENTATION A. Provide new instrumentation and testing devices needed to conduct tests for maintenance and operation as recommended in the operation and maintenance manuals. This equipment is to become the property of the Owner and transferred in good working order as a spare part at S:S1V Flom Transfer Station Cih• Project Number: 103116-2 01 75 00- 2 STARTING AND ADJUSTING Page 2 of 3 Substantial Completion. This equipment is to be calibrated and ready for use during the startup procedure and for training provided in accordance with Section 01 79 00. PART 3 - EXECUTION 3.1 SERVICES OF MANUFACTURER'S REPRESENTATIVES A. Provide the services of experienced and technically competent representatives of the manufacturer for inspections, tests, supervision of installation, training, and assistance with placing equipment in operation. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the manufacturer's representative where specified. Certify that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation in the Equipment Installation Reports. C. Provide on -site services as necessary for proper and trouble free operation of the equipment. 3.2 INSPECTION AND STARTUP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. 1. Check for adequate and proper lubrication. Determine that parts or components are free from undue stress from structural members, piping, or anchorage. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. 7. Ensure that the proper procedure is employed in startup of systems. 3.3 STARTING REQUIREMENTS A. Refer to the individual Specification Sections for specific startup procedures or other requirements. 3.4 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the OPT to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Operate equipment which is used on a limited or part-time basis in the presence of the OPT for a period long enough to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that equipment and systems meet the specified performance criteria. D. Equipment and systems may be considered as substantially complete at the end of this initial operation period if the equipment is placed in continuous beneficial use by the Owner, unless specifically stated otherwise in the individual equipment Specifications. SS/V Flow Transfer Station City Project Number: 103116-2 01 75 00- 3 STARTING AND ADJUSTING Page 3 of 3 3.5 INITIAL MAINTENANCE A. Maintain equipment in accordance with the operation and maintenance manuals until Project is substantially complete and provisions have been made by the Owner for accepting responsibility for equipment operation in accordance with the General Conditions. B. Service equipment in accordance with the operation and maintenance manuals immediately before releasing the equipment to the Owner. END OF SECTION SSYV Flow Transfer Station Cihv Project Number: 103116-2 01 77 19-1 CLOSEOUT REQUIREMENTS Page l of 3 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. 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[ CITY OF FORT WORTH S.S1V Flow Trnnsfer.Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitrProjec[Number: 103116-2 Revised March 22. 2021 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 PART 3 - EXECUTION 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 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 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. Specked 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 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised March 22, 2021 01 7719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT 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] 3A2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH SS/VF1mrTrunsferStarion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Nuinber: 103116-2 Revised March 22, 2021 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page l of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but 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. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 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. 2. Format a. Size: 8 % inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH SSlV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMEN I'S City Project Number: 103116-2 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. 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. If available, provide an electronic form of the O&M Manual. B. Manual Content 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 b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 01 7823 -3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 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. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts l) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer I ) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED[ 1.11 FIELD [SITE) CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson CITY OF FORT WOR'I'l-I STANDARD CONSTRUCTION SPECIFICATION DOC UMF,N IS Revised December 20, 2012 SUMMARY OF CHANGE 1.5.A.1 — title of section removed SSIV Flow Transfer Station C'ih• Project Number: 103116-2 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 4 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. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH .SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citr Project Number: 103116-2 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 79 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 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 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTI I SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number: 103116-2 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised July 1, 2011 01 79 00- 1 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Pagel of4 01 7900 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL PART1- GENERAL 1.1 SUMMARY A. Provide services of Supplier's operation and maintenance training specialists to instruct Owner's personnel in recommended operation and maintenance procedures for equipment furnished. Details for training may be established in the specifications for that equipment. B. Provide a combination of classroom and hands on training. C. Training may be conducted at Contractor's or Supplier's facilities provided Contractor pays for travel, lodging, and per diem costs of the Owner. D. Record training sessions on video and submit to the Owner on DVD disk in MPEG-4 format for Owner's later use in instructing Owner's personnel. Include this recording as part of the final operation and maintenance manual. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. E. Include the cost for training and startup in the Cost of the Work for each equipment package. 1.2 DOCUMENTATION A. Provide documentation in accordance with Section 01 33 00 and include: Equipment Installation Reports in accordance with Section 0175 00 2. A lesson plan for training in accordance with Paragraph 3.1.C; 3. Credentials of Supplier's proposed operation and maintenance instructors demonstrating compliance with requirements of Paragraph 1.4; and 4. Operation and maintenance manuals per Section 0178 23. Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by the Section. 1.3 SCHEDULING OF TRAINING A. Coordinate training services with startup and initial operation of equipment on days and times Owner is available. B. Training may be required outside of normal business hours to accommodate schedules of operation and maintenance personnel. C. Provide training of Owner's personnel after acceptable preliminary operation and maintenance manuals have been approved. D. Coordinate training with equipment startup and testing and availability of Owner's personnel. E. Provide a proposed training schedule for review and acceptance by OPT showing all training required in the Contract Documents. Demonstrate compliance with specified training requirements relative to number of hours of training, number of training sessions, and scheduling. SSIV Flow Transjer Station CRY Project Number- 103116-2 01 79 00- 2 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 2 of 4 Submit initial training schedule at least 60 days before scheduled start of first training session. Submit final training schedule, incorporating revisions in accordance with OPT's comments, no later than 30 days prior to starting the first training session. G. Owner reserves the right to modify personnel availability for training in accordance with process or emergency needs. H. Schedule for training is to be approved by Owner. 1. Schedule training and startup operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of 2 weeks' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. 5. Time required for training is to be included in the development of the Project schedule. Schedule and coordinate training for equipment or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. 1.4 SERVICES OF SUPPLIER'S REPRESENTATIVE A. Supplier's instructors must be factory -trained by the equipment manufacturer. B. Instructors must have knowledge of the theory of operation and practical experience with the equipment or system. C. Instructors must be proficient and experienced in conducting training of the type required and must have successfully conducted similar training courses. D. Qualifications of instructors are subject to acceptance by OPT. Provide services of replacement instructor with acceptable qualifications if OPT does not accept qualifications of proposed instructor. Include each instructor's resume and specific details of instructor's operating, maintenance, and training experience relative to the specific equipment for which instructor will provide training to demonstrate their qualifications. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 OPERATOR TRAINING A. Provide classroom and hands-on training of the care and operation of the equipment to the Owner's personnel. B. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. C. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: 1. Number of hours for the course; SSIV Flow Transfer Station City Project Number: 103116-2 01 79 00- 3 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 3 of 4 2. Agenda and narrative description, including the defined objectives for each lesson; 3. Draft copy of training handbooks; 4. A descriptive listing of suggested reference publications; 5. Audio-visual equipment required for training; and 6. Type and number of tools or test equipment required for each training session. D. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials must include references to the operation and maintenance manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations to the Owner. E. Operations training is to include: 1. Orientation to provide an overview of system/subsystem configuration and operation; 2. Terminology, nomenclature, and display symbols; 3. Operations theory; 4. Equipment appearance, functions, concepts, and operation; 5. Operating modes, practices, and procedures under normal, diminished, and emergency conditions; 6. Startup and shutdown procedures; 7. Safety precautions; 8. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures; and 9. Content and use of operation and maintenance manuals and related reference materials. F. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment or system. Maintenance training is to include: 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation; 2. Operations theory and interfaces; 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions; 4. Safety precautions; 5. Use of standard and special tools and test equipment; 6. Adjustment, calibration, and use of related test equipment; 7. Detailed preventive maintenance activities; 8. Troubleshooting, diagnostics, and testing; SS/V Flog Transfer Slatiom CitY Project Number: 103116-2 01 79 00- 4 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL Page 4 of 4 9. Equipment assembly and disassembly; 10. Repair and parts replacement; 11. Parts ordering practices and storage; 12. Failure and recovery procedures; 13. Cabling and/or interface connectors; 14. Content and use of operation and maintenance manuals and related reference materials; 15. Procedures for warranty repairs; 16. Lubrication; and 17. Procedures, practices, documentation, and materials required to commence system maintenance. G. Provide training for the equipment listed in the table below. The table indicates the minimum acceptable training time. Provide additional hours of training if required to meet the training objectives described in this Section. Sp+W4 i'bn 844404 Min. Han" I 33 12 16.21 Pressure Sustaining Valve 1 END OF SECTION - SS1v Flow Transfer Station City Project Number. 103116-2 DIVISION 22 PLUMBING SECTION 22 14 29.16 SUBMERSIBLE SUMP PUMPS 1.00 GENERAL 1.01 WORK INCLUDED 22 14 29.16- 1 SUBMERSIBLE SUMP PUMPS Page 1 of 3 A. Furnish labor, materials, equipment and incidentals necessary to install submersible sump pumps. Provide a sump pump capable of fitting in the size sump shown. Any structural modifications required at the structure shall be made at no additional cost to the Owner. The pump and motor shall have a standard manufacturer's nameplate securely affixed in a conspicuous place showing the serial number, model number, manufacturer, ratings, and other pertinent nameplate data. 1.02 PRICE AND PAYMENT A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the construction of the Flow Transfer Station. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the Flow Transfer Station and shall be subsidiary to the unit price bid per lump sum of Flow Transfer Station complete in place, and no other compensation will be allowed. b. Payment for Flow Transfer Station shall include all material, labor, equipment to install Flow Transfer Station as shown in plans and specifications, including excavation, backfill, concrete, flowable fill; vaults; valves, pumps, and piping inside the vaults and in the Flow Transfer Station yard; electrical, instrumentation, SCADA, antenna; and all other items for a complete and functioning flow transfer station. 1.03 QUALITY ASSURANCE A. Acceptable Manufacturers: The intent of these specifications is to purchase a quality product of the manufacturer's latest design, meeting the minimum standards set forth. Proposed equipment shall have not less than two (2) years of satisfactory service. 1. Acceptable manufacturers shall be one of the following: a. Little Giant, 6EC Series. b. Hydromatic. c. Gorman Rupp. d. Pumpex. e. Approved equal. B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 01 75 00. SSlU Flow Transfer Station Ci/r Project Number: 103116-2 22 14 29.16- 2 SUBMERSIBLE SUMP PUMPS Page 2 of 3 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. If requested, the Equipment Manufacturer shall submit a list of 10 similar installations which have been in satisfactory operation for at least 3 years. 1.05 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. 1.06 GUARANTEES A. The equipment supplier shall furnish the Owner an extended warranty for the pumps for a minimum of two (2) years. Operation is defined as beginning on the date of final acceptance. 2.00 PRODUCTS 2.01 SUBMERSIBLE SUMP PUMPS A. The sump pumps shall have stainless steel motor housing and volute, rubber impellers, and a stainless -steel shaft. Each pump shall be equipped with a heavy-duty internal mercury float switch. The sump pump manufacturer shall verify that the pump being provided shall fit into the size sump shown and that the sump pump shall not cycle excessively. Each pump shall have a capacity of not less than 40 gpm at a total dynamic head of 18 feet. Each pump shall have a shutoff head not less than 15 feet. 2.02 MOTOR A. The motor shall be totally encased, sealed, non -ventilating and shall have automatic thermal overload protection. The motor shall be 1/3-HP, I I5-volt, 3,450-rpm and shall be suitable for continuous duty. 3.00 EXECUTION 3.01 INSTALLATION A. Install submersible sump pumps in accordance with the Manufacturer's instructions. B. In accordance per the requirements in the General Conditions in Division 01. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. Units shall be checked for excessive noise, vibration, SSIV Flow Transfer Station City Project Number: 103116-2 22 14 29.16- 3 SUBMERSIBLE SUMP PUMPS Page 3 of 3 general operation, etc. The units must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.0 SCHEDULES Location No. of Pumps Pressure Sustaining Valve Vault END OF SECTION SSIV Flow Transfer Station Ciit, Project Number: 103I16-2 DIVISION 26 ELECTRICAL 26 00 00 - 1 ELECTRICAL — GENERAL PROVISIONS SECTION 26 00 00 ELECTRICAL - GENERAL PROVISIONS PART1- GENERAL 1.1 SCOPE OF WORK Page I of 12 A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. All electrical work provided under any Division of the Specifications shall fully comply with the requirements of Division 26. D. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. E. The work shall include furnishing and installing the following: 1. Electrical service from the Power Company, Oncor Electric. 2. Provide a complete raceway system, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. Coordinate construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions as required by the Contract Documents. 3. Provide a complete raceway system, wiring and terminations for all field -mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions as required by the Contract Documents. 4. Provide a complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions. Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers' installation instructions. Review the raceway layout, prior to installation, with the Process Control System supplier and the cable manufacturer to ensure raceway compatibility with the systems and materials being furnished. Where redundant cables are furnished, install the cables in separate raceways as required by the Contract Documents. 5. Furnish and install precast electrical and instrumentation manholes, hand holes and light pole foundations as required by the Contract Documents. 6. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 7. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy themselves as to any question that they might have, relating to existing equipment, condition, or construction. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitY Project Number 103116-2 Revised August 12,2022 260000-2 ELECTRICAL - GENERAL PROVISIONS Page 2 of 12 F. Provide all tools, equipment, supplies, and shall perform all labor required to install the equipment specified in the Contract Documents to install, test, and place into satisfactory operation in the time specified for completion in the Contract Documents. Failure of any of the participants in executing the requirements of this Contract to perform the work as specified shall not constitute an acceptable reason for the Owner to grant any change in the Contract Price or additions to the Contract Time. 1.2 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS A. References made to other sections which may contain related work does not negate other related sections which may not be mentioned. The Contract Documents, which is defined to include both the Drawings and the Specifications, shall be taken with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, provide such information or additional work as may be required in those references, and include such information or work as may be specified. Examine all Sections of the Specifications and Drawings and determine the power and wiring requirements and provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, provide the additional conductors, raceways and/or wiring, and include in the Contract Price and Schedule. B. Process Divisions Examine all Process Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Process Control System. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in Contract Price or Schedule. C. Mechanical Divisions Examine all Mechanical Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide fully functioning Mechanical Equipment Control Systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring with no change in Contract Price or Schedule. 1.3 SUBMITTALS A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, materials and all other items furnished under each Section of Division 26, except where specifically stated otherwise. An individually packaged submittal shall be made for each Section and shall contain all the information required by the Section. Partial submittals will not be accepted and will be returned without review. B. Submittals will not be accepted for Section 26 00 00. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised August 12,2022 260000-3 ELECTRICAL — GENERAL PROVISIONS Page 3 of 12 C. Each Section submittal shall be complete, contain all the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted, will be returned without review. D. Check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved shop drawings shall not provide relief from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section may be made per transmittal. E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered, or shop work started if the related shop drawings are marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT", "REVISE AND RESUBMIT", "REJECTED", or "NOT APPROVED". F. All approved shop drawings shall be maintained on site for the Owner's Inspector and for the Owner's Engineer to verify at the time of delivery of equipment to the job site. G. Up-to-date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved. H. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed and hyperlinked to the various sections submitted on flash drives. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1.4 REFERENCE CODES AND STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ILEA) 7. International Society of Automation (ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) 10. City of Fort Worth Electrical Code B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. C. All material and equipment, for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised August 12,2022 260000-4 ELECTRICAL — GENERAL PROVISIONS Page 4 of 12 D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations, the higher performance requirement shall be binding, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents, compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, full compliance with all Laws and Regulations always, 1.5 SERVICE AND METERING A. The power company serving this project is _Oncor Electric. Service shall be obtained at 240/ 120 volts, 1 phase, 3 wire, 60 Hz from an underground line furnished and installed by Oncor Electric. Contact Rick Beall the Oncor Representative at 682-888- 3713. B. The power company will. be responsible for the following work: 1. Furnishing and installing the secondary conductors and raceway from an existing service pedestal. 2. Termination of secondary cables to the service transformer. C. Include the following work in the Contract Price and Schedule: 1. Obtain an estimate from the power company for the work described in this SERVICE AND METERING paragraph and include the cost of the power company work in the Contract Price. 2. Furnish and install the metering pedestal as shown within the plans. 3. Furnish and install secondary conduits in a steel reinforced concrete -encased duct bank and cables from service pedestal to electrical equipment enclosure. 4. Furnish and Install power company approved meter pedestal base with service disconnecting breaker. 5. Coordinate the electrical service installation with the Power Company. D. Submit shop drawings for the following items to the power company for approval: 1. Meter pedestal base. 1.6 HAZARDOUS AREAS A. Equipment, materials and installation in areas designated as hazardous on the Drawings shall comply with NEC Articles 500, 501, 502 and 503. B. Equipment and materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. 1.7 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised August 12,2022 260000-5 ELECTRICAL — GENERAL PROVISIONS Page 5 of 12 C. The Owner will negotiate with the electric utility for the costs of new or revised services and will include in the Contract Documents an allowance item to cover the cost. Include in the Contract Price and Schedule the time and expense to make all arrangements with the power company and coordinate with the power company to obtain electrical service. The cost of all power company charges shall be included in the Contract Price. Provide all labor and material required for electrical service. 1.8 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.9 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer monthly. C. Record Drawings shall accurately show the installed condition of the following items: 1. One -line Diagram(s). 2. Raceways and pull boxes. 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle, and switch outlet locations. 8. Underground raceway and duct bank routing. The drawings shall include the following: a. The measured width and height of the duct bank. b. Survey the centerline of the duct bank at intervals not to exceed 50 feet along the entire length of the duct bank with the coordinates tied to the project coordinates shown on the Civil Drawings. c. Survey the elevation of the top of the duct bank at intervals not to exceed 50 feet along the entire length. d. Changes in direction between termination points shall be surveyed and recorded on the record drawings. 9. Planview, measured dimensions and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. 10. Modifications to controls systems or any piece of electrical equipment including field -verified existing controls and all changes clearly identified. 11. All protective device and electrical system monitoring device settings. D. Submit a typical example of a schedule of control wiring raceways and wire numbers, including the following information: CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citi,Project Number 1Qi116-2 Revised August 12,2022 260000-6 ELECTRICAL — GENERAL PROVISIONS Page 6 of 12 1. Circuit origin, destination, and wire numbers. 2. Field wiring terminal strip names and numbers. E. As an alternate, submit a typical example of point to point connection diagrams in place of the schedule of control wiring raceways and wire numbers. F. Submit as a part of the record drawings and the schedule of control wiring raceways and wire numbers (or the point to point connection diagram) to the Owner/Engineer. G. The point-to-point connection diagrams are a required line item on the contractors pay estimate will not be considered complete until all of the documentation has been submitted to and approved by the Owner/Engineer. H. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. 1.10 EQUIPMENT INTERCONNECTIONS A. Furnish and install all equipment interconnections. 1.11 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re -used. B. Material or equipment from a manufacturer, not submitted and approved for this project shall not be brought on site. Use of any such material or equipment, will be rejected, and shall be removed and replaced, with the approved material and equipment, with no change allowed in the Contract Price or Schedule. C. Material and equipment shall be UL listed, where such listing exists. D. All material, products, equipment and workmanship being furnished for the project shall be replaced if it does not meet the requirements of Contract Documents even if installed, with no change in Contract Price or Schedule. 1.12 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, successfully complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will be rejected and shall be removed and replaced with no change in Contract Price or Schedule. B. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.13 WARRANTIES A. Manufacturer's warranties shall be provided as specified in each of the Specification Sections. 1.14 EQUIPMENT IDENTIFICATION A. Identify all equipment (disconnect switches, separately mounted motor starters, control stations, etc.) furnished under Division 26 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc., shall have nameplate designations as shown on the Drawings. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised August 12,2022 260000-7 ELECTRICAL — GENERAL PROVISIONS Page 7 of 12 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 INTERPRETATION OF DRAWINGS A. The Drawings do not show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Install each three-phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. Submit a Request for Information for any conduit route which is not clearly identified as concealed or exposed in the Contract Documents prior to its installation. D. Circuits are shown as "home -runs" shall be field routed. The raceway system provided shall include all necessary fittings, supports and boxes for a complete code -compliant raceway installation. Field routed raceway shall avoid blocking access to equipment either existing or spaces planned for future equipment and shall avoid blocking personnel egress through doors or access hatches. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Determine exact locations and obtain approval from the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work, which is required due to the use of a pre - approved alternate item shall include the arrangement of equipment and/or layout other than that which is specified or shown herein. All additional work and materials required shall be provided with no change in the contract price or schedule. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, identify raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number I03I16-2 Revised August 12,2022 260000-8 ELECTRICAL — GENERAL PROVISIONS Page 8 of 12 J. Provide all conduit and conductors or data highway cables to RTU and/or PLC termination cabinets, where designated on the Drawings or otherwise required by the Specifications, the manufacture of the equipment, or submitted and approved systems. The conduit and conductors or data highway cables as shown on the interface drawings may not necessarily be shown on the floor plan. K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120-Volt control conductors. Do not combine conductors carrying low voltage signals in wireways without barriers or NEC code -compliant separation for their entire length in the wire way, and/or provide separate wireways to provide separation of the conductors. Low voltage signal conductors routed through manholes or hand holes shall be bundled and separated from other conductors. L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats, the HVAC equipment and the motor starters for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. M. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.2 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. B. Electrical equipment or raceways shall not be attached to or supported from, sheet metal walls. C. Electrical equipment pads shall be provided for all free-standing equipment. Dimensions shall be 33/a -inches high. With 3-inch extension from front of equipment for equipment mounted against the wall and 3-inch extension on front and rear sections when equipment is rear accessible. Include a 3/a-inch chamfered edge on all exposed sides. 3.3 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Install sleeves perpendicular to the finished surface. Locate all necessary slots for electrical work and form before concrete is poured. Coordinate the location of sleeves to match the location of the slots so conductors enter without having to bend them. B. Unless measurements are shown on the drawings, the locations for stubbing up and terminating concealed conduits which are shown on the drawings are approximate. Exact locations are required for stubbing -up and terminating concealed conduit. Obtain shop drawings and templates and locate the concealed conduit before the floor slab is poured. CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised August 12,2022 260000-9 ELECTRICAL —GENERAL PROVISIONS Page 9 of 12 C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing. No change in Contract Price or Schedule for such change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33. 3.4 CUTTING AND PATCHING A. Coordinate with Divisions 2 and 3 for cutting and patching. B. Core drill holes in concrete floors and walls as required. Obtain written permission from the Owner/Engineer before core drilling any holes larger than two inches. C. Schedule the installation of work to provide the minimum amount of cutting and patching. D. Cutting or drilling holes for the installation of raceway through joists, beams, girders, columns or any other structural members is strictly prohibited. If a structural member is cut or drilled, restore the structural member to its previous condition in complete accordance with the instructions of the Structural Engineer, with no change in contract price or schedule regardless of the extent of the repairs required to restore the member to its previous condition. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. Fill existing conduits cut at the floor line of a wall with a suitable patching ground material approved by the Structural Engineer. 3.5 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No change in Contract Price or Schedule will be allowed for making these changes. B. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. C. Electrical equipment shall always be protected against mechanical or water damage. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not install electrical equipment in its permanent location until structures are weather -tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer or shall be replaced with no change in Contract Price or Schedule, at the Owner/Engineer's discretion. D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised August 12,2022 26 00 00 - 10 ELECTRICAL — GENERAL PROVISIONS Page 10 of 12 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged, the entire panel or section shall be replaced, at no additional cost to the Owner. F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering from the top if the enclosure is installed in a damp or wet area. Should raceways be installed entering the top, the enclosure shall be replaced, and raceways re-routed to enter the side or bottom. Conductors, if installed, shall be removed, and replaced. Correction of raceways entering the top and conductor replacement shall be provided with no change in Contract Price or Schedule. G. Conduits exiting tray in airconditioned indoor electrical rooms will enter the top of electrical enclosures. The location of these conduits shall be coordinated with the HVAC duct vents such that cold air will not blow on the conduits causing condensation which will enter the electrical enclosures. After installation, inspect the conduits while the HVAC system is running to ensure no condensation is forming and entering any electrical enclosure. Re -direct the air flow if possible or re-route the conduits to avoid condensation. Conductors in re-routed conduits shall be replaced, re -terminated. retested and the operation of the equipment retested with no change in the Contract Price or Schedule. 3.6 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 26 05 19. 3.7 MANUFACTURER'S SERVICE A. Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. All settings, including those settings required by the Power System Study, shall be made to the equipment, and approved by the Owner/Engineer prior to energizing of the equipment. B. Provide arc flash labels with the settings from the power system study on electrical equipment as specified. C. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. 3.8 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 26 and repair or replace all defective work. Adjust the systems as specified and/or required. B. All tests required by the individual specification Sections shall be completed prior to energizing electrical equipment. Submit a sample test form or procedure. and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number I03II6-2 Revised August 12,2022 260000- 11 ELECTRICAL — GENERAL PROVISIONS Page I of 12 D. Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequenced meter when connected to "A", "B" and "C" phases. G. Provide mechanical inspection, testing and setting of circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. H. Check interlocking, control, and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current, temperature rise rating and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motor power factor capacitor ratings. K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. L. Refer to the individual equipment sections for additional specific testing requirements. M. Adjust the systems and instruct the Owner's personnel in the proper operation of the systems. 3.9 TRAINING A. Provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION CITY OF FORT WORTH SS1V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 103116-2 Revised August 12,2022 260000- 12 ELECTRICAL — GENERAL PROVISIONS Page 12 of 12 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised August 12,2022 2605 19 - 1 LOW -VOLTAGE WIRES AND CABLES (IOW VOLTS MAXIMUM) Page 1 of 10 SECTION 26 05 19 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.2 RELATED WORK A. Refer to Division26 00 00 and the Contract Drawings, for related work and electrical coordination requirements. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. 2. Submit catalog data of all wire and cable, connectors, lugs, and accessories, specified under this Section with all selections, options and exceptions clearly indicated. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Catalog data shall show compliance with the referenced codes and standards. D. Certified Tests 1. Submit a report of pulling tensions for all wire and cable installed with mechanical means monitored by pulling tension equipment. 2. Submit a test report of all installed wire insulation tests. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) CITY OF FORT WORTH SS/V Floe, Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 2605 19 - 2 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 2 of 10 2. NEMA WC-5 — Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3. ANSI/TIA/EIA 606A — Standard for telecommunications Infrastructure 1.5 QUALITY ASSURANCE A. The general construction of the wire, cables and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. B. Wire and cable with a manufacture date of greater than 12 months previous will not be acceptable. C. Wire and cable shall be in new condition, with the manufacturer's packaging intact, stored indoors since manufacture, and shall not have been subjected to the weather. Date of manufacture shall be clearly visible on each reel. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted., B. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Do not drop reels from any height. C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Wires and cables shall be annealed, 98% conductivity, soft drawn copper. B. All conductors shall be Class B stranded. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260519-3 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 3 of 10 C. Except for control, signal and instrumentation circuits, wire smaller than #12 AWG shall not be used. 2.2 POWER & BUILDING WIRE A. All building wire shall be stranded copper conductors, Type XHHW-2 2.3 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be stranded copper conductor, Type XHHW-2 with green insulation. 2.4 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor. 2.5 CONTROL WIRE AND CABLE A. Control wire shall be NEC Type XHHW-2. B. Multi -conductor control cable, shall be stranded, #14 AWG 600-volt, XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location. 2.6 INSTRUMENTATION CABLE A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and shall be: 1. Single pair cable: a. Conductors: Two #16 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL 1685 listed for underground wet location use 2. Three conductor (triad) cable: a. Conductors: Three #16 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use 3. Multiple pair cables (where shown on the Drawings): a. Conductor: Multiple pairs, #16 AWG stranded, tinned and twisted on a two- inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: Individual pairs shielded with 100% Mylar tape and drain wire d. Jacket: PVC with manufacturer's identification e. UL 1685 listed for underground wet location use 2.7 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: 1. Category 5e above Grade shielded Cable a. Conductors: Four bonded pair #24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100% aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiA, Project Number 103116-2 Revised May 11,2022 260519-4 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 4 of 10 e. UL21047 and UL1666 listed for indoor and dry locations use 2. Category 5e above Grade un-shielded Cable a. Conductors: Four bonded pair #24 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d. NEC CMR e. UL1666 listed for indoor and dry locations use 3. Category 6 above Grade shielded Cable a. Conductors: Four bonded pair #23 AWG Bare Copper b. Insulation: Polypropylene c. Shield: 100% aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. Transmission Standards: Category 6 - TIA 568.C.2 f. NEC CMR g. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use 4. Category 6 above Grade un-shielded Cable a. Conductors: Four bonded pair #23 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d. Transmission Standards: Category 6 - TIA 568.C.2 e. Nominal Velocity of Propagation: 72% f. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use 5. Category 5e below Grade shielded Cable a. Conductors: Four pair #24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100% aluminum foil polyester tape with drain wire d. Jacket: LLPE (Linear Low Density Polyethylene) with 300-volt rated and manufacturer's identification e. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use f. Water Blocking compound and listed for direct bury applications. 6. Category 5e below Grade unshielded Cable a. Conductors: Four pair #24 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: LLPE (Linear Low -Density Polyethylene) with 300-volt rated and manufacturer's identification d. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use. e. TIA-568-C.2 Category 5e compliance f. Water Blocking compound and listed for direct bury applications. 7. 485 Communications Cable a. Conductors: One pair #24 AWG Tinned Copper b. Insulation: Polyethylene c. Shield: 100% aluminum foil polyester tape with tinned copper drain wire d. Jacket: PVC with 300-volt rated and manufacturer's identification e. Misc.: UL2919 listed for indoor and dry locations use B. Color code for Ethernet communications cables shall be as follows. 1. Green — CAT5e Phone / Data CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260519-5 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 5 of 10 2. Red — CAT5e SCADA 3. Blue — CAT6 — Phone / Data 4. White — CAT6 - SCADA 2.8 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and high-level signals): Termination connectors shall be DIN -rail -mounted one-piece molded plastic blocks with tubular -clamp -screw type, with end barriers, dual side terminal block numbers and terminal group identifiers. Terminals to be UL Listed for stranded conductor terminations. Rated for a maximum of 2 #14 stranded conductors. Color of terminals to comply with NFPA 79. C. Motor Conductors: Motor connections with conductors #12 AWG up to #6 AWG shall be ring type compression terminations on the motor leads and secured with bolt, nut and spring washer. Connections shall be -30°C rubber insulated, half lap, and two layers minimum of Scotch 33 or equal vinyl tape. Motor terminations for conductors #8 AWG and larger shall be in accordance with paragraph "Lugs and Connectors" below. Motors provided on this project per specification 26 05 50 and shall have motor terminals enclosures with bus and NEMA one -hole or two -hole pads to accommodate the conductor terminals specified herein. D. Lugs and Connectors All lugs and connectors shall meet the following requirements: a. Tin plated copper. b. Crimped type, installed with standard industry tooling. c. Lugs and connectors shall match the wire size used and shall be clearly identified and color coded on the connector. d. All connections shall be made for stranded wire and shall be made electrically and mechanically secured. e. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75°C. f. Lugs for #14 AWG up to #6 AWG shall be ring terminals. g. Conductors #4 AWG and larger shall be terminated with two -hole long barrel lugs with NEMA spacing. h. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. 2.9 SPLICE MATERIALS A. Power Conductors 1. Circuits shall be pulled from terminal to terminal, without splicing, except where splicing is shown on the Drawings. 2. No other splicing will be permitted. 3. For wires sizes #8 AWG and smaller, provide color coded wire nuts, with metal inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin•Project Number 103116-2 Revised May 11,2022 2605 19 - 6 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 6 of 10 4. For wires greater than #8 AWG, provide a heat shrink insulated, color -coded, die - crimped splice lug, T&B 54XXX, or equal, rubber insulated, with half lap and two layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and high-level signals): 1. No splicing of control and instrumentation conductors will be permitted. 2.10 WALL AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME -SAFE" as manufactured by the Thomas & Betts Corp. or equal. 2.11 WIRE AND CABLE TAGS A. Use the tagging formats for wire and cable as shown on the Drawings. B. Wire tags for wire sizes, #2 AWG and smaller, shall be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible marking process. Character size shall be a minimum of 1/8-inch in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. C. Tags for wires larger than #2 AWG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped -on markers are not acceptable. E. Tagging shall be done in accordance with the execution portion of these Specifications. 2.12 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes #8 or greater, where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire Color 1-Phase, 3 Wire Phase A Black Phase B Blue Neutral White 208Y/120, Volts Phase A Black 3-Phase, 4 Wire Phase B Red Phase C Blue Neutral White 480/277, Volts Phase A Brown 3-Phase, 4 Wire Phase B Orange Phase C Yellow Neutral Gray/White with one or more colored stripes CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260519-7 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 7 of 10 2.13 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. PART 3 - EXECUTION 3.1 GENERAL A. Do not install conductors until the raceway system is in place. No conductor shall be installed between outlet points, junction points or splicing points, until raceway sections have been completed, and raceway covers are installed for protection of conductors from damage or exposure to the elements. Any conductor installed in an incomplete raceway system shall be removed from the raceway system and from project site. A complete inspection of such raceway sections shall be completed before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E. Except for hand -pulled conductors into raceways, all wire and cable installation shall be installed with tension -monitoring equipment. 1. Wire and cables shall not be installed using winches, vehicles or any other mechanical devices not intended for the installation of wire or cables. The use of pulling tension monitoring equipment for the installation of wire or cable pulled in using mechanical means is mandatory. 2. Submit pulling tension records for each wire or cable pull done using mechanical means monitored by pulling tension equipment. 3. Conductors which are found to have been installed using mechanical means without tension —monitoring shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, with no change in the Contract Price or Schedule allowed. F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch -pound requirements of the NEC and UL. H. Single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, shall be bundled throughout their exposed length with nylon, self- locking, releasable, cable ties placed at intervals not exceeding four inches on centers. I. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260519-8 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 8 of 10 3.2 CONDUCTORS 1000 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings, as a minimum. B. Use crimp connectors on all stranded conductors. C. Soldered mechanical joints insulated with tape are not acceptable. D. Arrange wiring in cabinets and panels neatly cut to proper length Surplus wire shall be removed unless noted otherwise. Conductors shall be bridled or bundled and secured in an acceptable manner. Identify all circuits entering motor control centers and all other control enclosures in accordance with the conductor identification system specified herein. E. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. F. Attach compression lugs, larger than #6 AWG, with a tool specifically designed for that purpose which provides a complete, controlled crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors passing through holes or over edges in sheet metal enclosures. 1. Provide at least 6 feet spare conductors in freestanding panels and at least two feet spare in other assemblies for all conductors which are to be terminated by others. Provide additional conductor length in any assembly where it is obvious that more conductor will be needed to reach the termination point. J. Do not combine power conductors in the same raceway unless shown on Drawings. Do not run signal conductors carrying voltages less than 120 volts AC in the same raceway as conductors carrying higher voltages regardless of the insulation rating of the conductors. Do not share neutrals on branch circuits. 3.3 GROUNDING A. Conduits and other raceways shall contain wire type equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with NEC requirements and specification 26 05 26. Ground wires exposed to mechanical damage shall be installed in rigid aluminum conduit. Make connections to equipment with solderless connections. Connections to ground rods shall be of the fused type equal to the Cadweld process. 3.4 TERMINATIONS AND SPLICES A. No splices of wire and cable will be permitted, except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Power conductors: Terminations shall be made with connectors as specified. Splices, where specifically allowed as stated above, shall be made in a Termination Cabinet (TC). C. Control Conductors: Splices of control conductors will not be permitted between terminal points. Terminations shall be made with approved terminals as specified. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103I16-2 Revised May 11,2022 2605 19 - 9 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 9 of 10 D. Instrumentation Signal Conductors (including graphic panel, alarm, low- and high-level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Terminations shall be made with connectors as specified. The shield of pair shielded, and triad shielded shall be terminated on terminal strips. Provide dedicated terminal block to every conductor including shields. Double lugging terminations is not acceptable. 3.5 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required. B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete I/O, multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded at the PLC/RTU. Terminal blocks shall be provided for inter -connecting shield drain wires at all junction boxes. Individual circuit shielding shall be provided with its own block. E. Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before termination, peel back the outer sheath, leaving the shield intact. Wrap the drain wire around the conductors, leaving approximately two inches exposed. Wrap the drain wire with two layers of Scotch 33 tape. 3.6 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways. A termination point is defined as any point or junction where a wire or cable is physically connected. This includes terminal blocks and device terminals. A major access point to a raceway is defined as any enclosure; box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged. Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 3.7 CABLE TAGGING A. All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 2605 19 - 10 LOW -VOLTAGE WIRES AND CABLES (1000 VOLTS MAXIMUM) Page 10 of 10 B. The cable tag shall be installed where the cable enters and leaves each access point (e.g., junction box, manhole, etc.). In cases of limited access space, a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 3.8 RACEWAY SEALING A. Raceways entering junction boxes or control panels containing electrical or instrumentation equipment shall be sealed with 3M 1000NS Watertight Sealant or approved equal. B. This requirement shall apply to for all raceways in the conduit system. 3.9 FIELD TESTS A. Conductors under 600 volts 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 1000-volt megger, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. Provide a written description of the megger testing procedure that will be used for testing and the model and type of megger tester that will be used. Include this description in the wire and cable submittal. 3. Minimum acceptable value for insulation resistance is 100 megohms. Lower values shall be acceptable only by the OwnerfEngineer's specific written approval. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests to ensure that instrumentation cable shields are isolated from ground, except at the grounding point in the instrumentation control panel. Remove all improper grounds. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number I03116-2 Revised May 11,2022 26 05 26 - 1 GROUNDING AND BONDING SYSTEM Page l of 6 SECTION 26 05 26 GROUNDING AND BONDING SYSTEM PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions The contractor to be responsible for examining all Sections of the Specifications and Drawings. Determine the power and wiring requirements. Provide external wiring and raceways as required for fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to dissimilar equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin, Project Number 103I16-2 Revised May 11,2022 26 05 26 - 2 GROUNDING AND BONDING SYSTEM Page 2 of 6 B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. D. Submit to the Owner/Engineer, shop drawings and product data, for the following: I. Grounding electrodes and conductors 2. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. 7. Soil resistivity measurements 8. Grounding system resistance to earth measurements of the completed grounding systems at each separate structure where grounding wells are present, at each structure if no grounding wells are present, and at each pad mounted equipment location remote from main structures. 9. Soil resistivity measurements for each structure having a counterpoise grounding system and for each structure having a lighting protection system specified or shown to be installed. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) 2. UL 467-2007 --Grounding and Bonding Equipment 3. NFPA 70E — Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 26 - 3 GROUNDING AND BONDING SYSTEM Page 3 of 6 1.7 WARRANTY A. Provide warranties, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner PART 2 - PRODUCTS 2.1 RACEWAYS A. Conduit shall be provided as specified under Section 26 05 33. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be #12 AWG unless otherwise indicated on the drawings. 2.2 CONDUCTORS A. Conductors shall be as specified under Section 26 05 19. B. Equipment grounding conductors shall be tinned insulated XHHW-2 conductors. Conductors shall be green where available from the wire manufacturers or marked with green tape as specified under 26 05 19. C. Grounding electrode conductors shall be bare tinned copper where direct buried, or encased in concrete. Bare grounding electrode conductors or lightning protection conductors where exposed to damage shall be installed in conduit. Grounding electrode conductors or lightning protection down lead conductors shown, specified or required to be installed in conduit per the NEC with no other conductors shall be bare tinned copper. Bare conductors installed in metallic conduits shall be bonded to the metallic conduit at both ends. D. Grounding electrode conductors routed between concealed grounding electrodes or interconnecting grounding electrode counterpoise loop conductors to exposed (IE "Pigtails") shall be bare tinned copper. 2.3 GROUNDING ELECTRODES A. Ground rods shall be 3/4-inch by 10-foot copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 10 mils. B. Manufacturers for ground rods 1. ERICO 2. Copperweld 3. Approved equal 2.4 CONNECTORS AND CONNECTIONS A. Waterpipe ground clamps, and other ground clamps where specified, shall be cast bronze. B. Provide the correct size for the pipe. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 260526-4 GROUNDING AND BONDING SYSTEM Page 4 of 6 C. Manufacturers 1. Thomas & Betts Co. Cat. JPT 2. Burndy 3. O.Z. Gedney Co. 4. Cooper Power Systems 5. Erico 6. Harger 7. Approved equal D. All concealed grounding system or lightning protection system connections shall be by an exothermic weld process 1. Manufacturers a. T&B Furseweld SCR1 b. Burndy Thermoweld c. Cadweld d. Approved equal 2. Exothermic welded connections shall be used in exposed locations as specified herein. E. Provide a Bumdy Hyground Irreversible Compression System or equal in areas where the Owner's operations prevent the use of an exothermic welded connection. The use of a compression system ground connection is otherwise prohibited without written approval on a case -by -case basis from the Owner or Engineer. Permission shall be submitted through the RFI process. Compression connectors installed without permission shall be removed and replaced with exothermic weld connections with no change in the Contract Price or change in the Contract Schedule allowed. F. All grounding connections which would require exothermic welding in a Class 1 Division 1 Area as determined by NFPA 820, or the Engineer, or the NEC Authority Having Jurisdiction shall use a Burndy Hyground Irreversible Compression System, or equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect the conductors from damage. The rigid conduits shall be aluminum or PVC -coated aluminum conduits as specified in26 05 33. Bond the protecting conduits to the grounding electrode conductors at both ends. Water pipe grounding connections shall not be painted. Painted connections shall be disassembled, replaced, and reconnected. B. Install wire type equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. C. Conduits and other raceways shall contain a wire type equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly bonded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260526-5 GROUNDING AND BONDING SYSTEM Page 5 of 6 D. In NEC classified areas, connection of grounding electrode connections to structural steel columns shall be made with long barrel type one -hole heavy duty copper compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. E. In new construction, bond each building column to the grounding electrode counterpoise system whether nor not specifically shown on the Drawings using grounding electrode conductors. 1. Grounding electrode conductors rising from the counterpoise to bond to a column shall be made using an insulated conductor the same size as the conductors used to form the counterpoise. Exposed grounding electrode conductors shall be routed in rigid conduit. Bond metallic conduits as specified. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum #12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-1/2-inch and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tie wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized as shown with a minimum size in accordance with NEC Article 250.66. I. Provide power system grounding electrodes (ground rods) no closer than twice the length of the ground rod. Where a lightning protection is specified to be provided, provide a dedicated lightning protection system grounding electrode (ground rod) at the end of every down lead if no counterpoise is present or shall connect directly to the power system counterpoise without driving a separate ground rod. Refer to Section 26 4100 for lightning protection system specifications. Provide a #1/0 AWG bare tinned grounding conductor the full length of each cable tray system, bond each section and tray fitting to the tray grounding conductor. Route the tray grounding conductor along the outside of the cable tray. Install no grounding clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray grounding conductor to the power system counterpoise grounding electrode system at the end of the tray, or for tray systems installed in a loop configuration, bond in at least two locations at opposite sides of the tray loop. Bond every enclosure to which tray conductors are routed to the tray grounding conductor. Bond every conduit or raceway routing tray conductors away from or to the tray system to the cable tray and to the cable tray grounding conductor. K. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. L. Seal exposed connections between different metals with no -oxide paint, Grade A or equal. M. Lay all underground grounding conductors' slack and, where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 10-1116-2 Revised May 11,2022 260526-6 GROUNDING AND BONDING SYSTEM Page 6 of 6 N. Care shall be taken to ensure good ground continuity, between the conduit system and equipment frames and enclosures. Where necessary, bonding jumper conductors shall be provided. O. Ground all grounding type receptacles to the outlet boxes with a minimum, #12 AWG XHHW-2 stranded green conductor, connected to the ground terminal of the receptacle and bonded to the outlet box by means of a green colored grounding screw. 3.2 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance earth resistivity. Measure the earth -to -ground resistance of each system having a counterpoise grounding system, or a lightning protection system installed. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of -potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceded by no precipitation for a minimum of five days. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Perform soil resistivity measurements prior to the installation of any grounding systems and submit the results to the Engineer. H. Perform ground resistance tests after underground installation and connections to building steel and electrical raceways and equipment are complete. Where measured values exceed this figure, install additional ground rods as required to reduce the resistance to the specified limit. 1. Make tests at each ground test well using a "fall of potential" test method. Each ground test well shall not exceed a maximum resistance of 5 ohms. 2. Make tests at each remotely pad mounted equipment location. 3. Make tests at each structure where no ground wells are present. I. Submit the results of the ground -to -earth tests to the Owner and the Engineer. J. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 29 - 1 ELECTRICAL SUPPORT HARDWARE Page 1 of 6 SECTION 26 05 29 ELECTRICAL SUPPORT HARDWARE PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install electrical support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The contractor responsible for examining all Sections of the Specifications and Drawings. Determine the power and wiring requirements. Provide external wiring and raceways as required for fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to dissimilar equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted in accordance with the requirements of Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260529-2 ELECTRICAL SUPPORT HARDWARE Page 2 of 6 C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. D. Shop Drawings 1. Submit catalog data of all support hardware components specified under this Section. Catalog data shall show compliance with the referenced codes and standards. All selections, options and exceptions shall be clearly indicated. 2. The submittal information for anchor systems shall contain manufacturer's specifications and technical data as follows: a. Acceptable base material conditions (i.e. cracked, un-cracked concrete) b. Acceptable drilling methods c. Acceptable bore hole conditions (dry, water saturated, water filled, under water) d. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. e. Cure and gel timetables f. Temperature ranges (storage, installation, and in-service). 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard for Electrical Safety in the Workplace 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive -Bonded Anchors, ASTM International 5. AC308; Acceptance Criteria for Post -Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies having a UL standard specified in this Section of the Specifications, shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, a list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, all submittal requirements shall be complete, and an approved copy of all such submittals shall be available to the Owner/Engineer prior to delivery of the equipment. Delivery of equipment not completely constructed, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 29 - 3 ELECTRICAL SUPPORT HARDWARE Page 3 of 6 C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job -site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (temperature range) and expiration date must be supplied with product D. Metal Framing Systems 1. Material shall be new and unused, with no signs of damage from handling. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one year from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts shall be 316 stainless steel materials conforming to SAE 316. 3. UL 203 Rated. 2.2 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 103116-2 Revised May 11,2022 26 05 29 - 4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 a. HILTI HIT-RTZ with HIT-HY 200 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injectipn adhesive. Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts shall be 316 stainless steel materials conforming to SAE 316 standards. 2.3 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tyco Unistrut b. B-Line c. Super -Strut d. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing -fittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be 316 stainless steel material conforming to SAE 316. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. PART 3 - EXECUTION 3.1 GENERAL A. Install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260529-5 ELECTRICAL SUPPORT HARDWARE Page 5 of 6 B. The locations of devices are shown as general on the Drawings and may be varied within reasonable limits as to avoid any piping or other obstruction without change in the Contract Price or Schedule, subject to the approval of the Owner and Engineer. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. D. Install required safety labels. E. Electrical support channel shall be used to construct support assemblies as shown on the drawings. Horizontal braces attached to concrete or CMU walls or structural building steel are permitted if the space between the back of the support structures and the attachment points are too small to permit a walk space. No attachments to sheet metal are permitted as specified above. Incorporate additional channel materials and/or provide assemblies of double channel with enough vertical and horizontal members to from a rigid structure whether such additional materials or the use of double channel materials are shown or specified. Support structures shall be rigid without the use of channels to from angle supports between the back or front of the assembly and the ground. Angle supports are strictly prohibited because they provide tripping hazards. Support system may include 316 stainless steel C-channel or square channel 2-inches or larger welded or bolted together where the weight of the equipment supported requires a stronger support system. Changes to C or square channel in lieu of single or double Unistrut supports shall be provided with no change in contract price or schedule. 3.2 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.3 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.4 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 26 05 29 - 6 ELECTRICAL SUPPORT HARDWARE Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 33 - t RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Pa,-e I of 16 SECTION 26 05 33 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to, conduit, device bodies, conduit bodies, raceway boxes, enclosures containing electrical devices, controls and related materials. B. Raceways and conductors that are listed on the raceway and conductor schedules are generally not shown on the Drawings, except where they are required to pass through a restricted or designated space. Raceways indicated to be run "exposed" on the schedules shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting fixtures, doors and hatches, etc. Raceways indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings, as required. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. B. Other Divisions The contractor be responsible for examining all Sections of the Specifications and Drawings. Determine the power and wiring requirements. Provide external wiring and raceways as required for fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to dissimilar equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. CITY OF FORT WORTH SSlV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CifY Project Number 103116-2 Revised May 11,2022 260533-2 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 2 of 16 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. D. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Submit catalog data of all conduits, conduit fittings, boxes, enclosures, and accessories, specified under this Section. 2. Catalog data shall show compliance with the referenced codes and standards. 3. All selections, options and exceptions shall be clearly indicated. E. Submit to the Owner/Engineer, certification that the electricians installing the PVC coated conduit have a five-year minimum experience, in the installation of the product. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) 2. NFPA 70E — Standard For Electrical Safety in the Workplace 3. UL 6A — Electrical Rigid Metal Conduit 4. ANSI C80.5 — Electrical Rigid Aluminum Conduit 5. UL 514B — Outlet Bodies B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. C. The installer of materials specified herein, shall have a minimum of five years' experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260533-3 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 3of16 D. Used materials are unacceptable, will be rejected and shall be removed from the job site. Used materials, if installed, shall be removed and replaced with new materials. If new materials are installed with used materials, and the removal of the used materials renders the new materials in an unacceptable condition, such as new conductors installed in used raceway components, (determined by the Engineer/Owner alone) then the new materials shall be removed along with the used materials and replaced. No increase in the Contract Price nor in Contract Schedule will be allowed. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covergd. D. Materials showing signs of previous use, jobsite storage at another location, or exposure to the elements or other damage will be rejected. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one year from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Raceways and fittings shall be as shown on the Drawings, with a minimum 3/4-inch trade size. B. Device entries less than 3/4 inch shall be provided with an adaptor to connect 3/a-inch or larger conduit. The following adaptors are acceptable: 1. REAI2SA, Cooper Crouse Hinds for aluminum 2. ADAPT ADU302930, REDAPT for 316 stainless. 3. Approved equal 2.2 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduit (CRMC) PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating which shall be a minimum of 2 mil thickness on the interior of the conduit and the interior of fittings, condulet, covers, and bodies. CITY OF FORT WORTH SSIV Flow Transfer.Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 33 - 4 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 4 of 16 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. 3. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. 4. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Liquid tight Aluminum Flexible Metal Conduit (LFMC) 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees C. and meeting NEC Article 351. 2. Fittings used with liquid tight flexible aluminum conduit shall be copper -free aluminum and shall conform to FEDSPEC AA50552, and UL-514B. C. Rigid Aluminum Conduit (RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. D. Rigid PVC Schedule 80 Conduit (RNC) 1. Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC 1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. 2.3 WIREWAYS A. All wireways shall be NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless -steel screws. Wireway shall have two Breather/Drains for each ten feet of wireway. Breather/Drain shall be in the bottom, near the ends of the wireway. Wireways shall have integral welded mounting lugs. Bolted -on mounting lugs are unacceptable. B. Manufacturers 1. Industrial Enclosure Corporation 2. Cooper B Line 3. Approved equal C. Breather/Drains 1. Eaton Crouse -Hinds 316 stainless steel 2. Approved equal CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260533-5 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 5 of 16 2.4 RACEWAY BOXES AND EQUIPMENT ENCLOSURES A. The term box and enclosure are synonymous for this specification. Boxes and enclosures specified herein, include terminal boxes, junction boxes pull boxes, and boxes for switch, receptacles and lighting. Enclosures used for electrical and instrumentation equipment, other than terminal boxes, shall be provided as described in this section with references to this specification in other specification sections. All raceway boxes and equipment enclosures shall be provided with a common ground point and shall be UL rated. B. NEMA Type 4X boxes shall be 316 stainless steel or aluminum only as otherwise specified or shown with mounting lugs or brackets welded on the box, suitable for wall mounting, or have mounting feet where self -standing. Boxes for wall -mounting shall have integral welded -on mounting lugs. Enclosures with mounting feet shall have the mounting feet brackets for the attachment of mounting feet welded on. Boxes manufactured with holes intended for mounting using bolted -on mounting lugs or feet are not acceptable. Drilling through the back of the box to mount is strictly prohibited. Drilled boxes shall be removed and replaced. All boxes shall have continuously welded seams ground smooth, and shall have continuous hinged, gasketed doors. Box bodies shall not be less than 16 gauge. Boxes larger than 24 inches X 20 inches shall have a three-point type latch with handle. Boxes 24 inches X 20 inches or smaller shall have 316 stainless steel luggage type quick release latches, or three-point latch system with all components 316 stainless steel. Latch systems requiring tools to open or close are unacceptable. C. Manufacturers 1. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. a. Eaton Crouse Hinds b. Hoffman c. Appleton Electric d. EMF Company e. NEMA Enclosures Company f. Cooper B Line g. Rittal EMF Company h. NEMA Enclosures Company i. Approved equal j. The following are non-metallic enclosure manufacturers: 1) Allied Molded Products, Inc. 2) Cantex 3) Hubbell-Wiegmann Non -Metallic 4) Approved equal D. NEMA 4X 316 Stainless Steel enclosures 1. Use for all locations unless otherwise shown or specified 2. Type 316 stainless steel, body and door 3. Stainless steel continuous hinge CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 260533-6 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 6 of 16 4. Foam in -place gasket 5. Single point quarter turn latches (20-inch X 24-inch and smaller). All others shall have three-point E. NEMA 4X Aluminum were shown on the Drawings boxes shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in -place gasket 4. Single point quarter turn latches (20-inch X 24-inch and below). All others three- point latch F. Chemical Rooms NEMA 4X boxes shall be constructed as follows: 1. PVC or Fiberglass reinforced polyester body and door. 2. UV inhibitors 3. UL Listed 4. RoHS compliant 5. Formed in place polyurethane gasket in continuous channel. 6. 316 Stainless steel quarter turn cover bolts with metallic handles. G. Classified Areas, NEMA 7/4X boxes (Class 1, Division 1 and 2, Groups A, B, C, and D, or as defined in NFPA 70) shall be constructed as follows: 1. Copper free cast aluminum body and cover 2. Stainless steel hinges 3. Watertight neoprene gasket 4. Stainless steel quarter turn cover bolts with metallic handles. H. NEMA 12 boxes Were shown on the Drawings shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in -place gasket 4. Single point quarter turn latches (20-inch X 24-inch and below). All others three- point latch I. NEMA 1 or NEMA IA boxes shall not be used. J. Malleable iron boxes shall not be used. 2.5 DEVICE BOXES A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc., shall be copper free cast aluminum, and shall have tapered, threaded, hubs, with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD. B. Manufacturers 1. Eaton Crouse -Hinds 2. Appleton 3. Approved equal CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103I16-2 Revised May 11,2022 26 05 33 - 7 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Pagc 7 of 16 2.6 CONDUIT OUTLET BODIES A. Conduit outlet bodies and covers shall be Form 7, copper -free aluminum, with captive screw -clamp cover, neoprene gasket and stainless -steel screws and clamps for conduits up to and including 2-1/2 inches. B. Manufacturers 1. Eaton Crouse -Hinds Form 7 with Mark 7 wedge -nut cover 2. Appleton 3. Approved equal C. Provide junction boxes for conduits larger than 2-1/2 inches. D. All outlet boxes and covers for Class 1 Division 2 areas shall be rated NEMA 4X aluminum or 316 stainless steel. 1. Manufacturers a. Eaton Crouse -Hinds EA Series b. Approved equal 2.7 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw B. Manufacturers 1. T&B H 150GRA Series 2. Approved equal 2.8 GROUNDING BUSHINGS A. Grounding bushings shall be insulated lay -in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap. The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application. B. Manufacturers 1. O-Z/Gedney Type ABLG 2. Approved equal 2.9 RACEWAY SEALANT A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight Sealant, or approved equal. B. For cable bundles up to seven cables, in a duct entering a building, use Tyco RDSS Duct Sealing Product. For cable bundles of more than seven cables, in a duct entering a building, use 3M 1000NS Watertight Sealant. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals 1. O.Z./Gedney Co. Series CSM CITY OF FORT WORTH SSIV Flow Transjer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih, Project Number 103116-2 Revised May 11,2022 260533-8 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 8 of 16 a. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. b. Type CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2. Approved equal 2.11 EXPANSION -DEFLECTION COUPLING A. Combination expansion -deflection fittings with 3/4-inch axial expansion and contraction movement, 3/4-inch parallel misalignment movement, and up to 30 degrees of angular movement in any direction. It shall be copper -free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps B. Manufacturers 1. Eaton Crouse -Hinds Model XD 2. Robroy 3. Approved equal C. Provide an aluminum cover over the fitting to protect the rubber portions from exposure to direct sun light. Secure the aluminum sun shield with a minim of two stainless steel tie wraps. D. Nylon tie wraps are not acceptable. 2.12 EXPANSION FITTINGS A. Expansion fittings shall provide eight -inch movement, shall be made of copper -free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps. Provide internal grounding. Nylon tie wraps are not acceptable. B. Manufacturers 1. Eaton Crouse -Hinds Co. Type XJGSA 2. Robroy 3. Approved equal 2.13 EXPLOSION -PROOF SEALS, BREATHERS AND DRAINS A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous locations. Fittings shall be copper -free aluminum, with seals, breathers and drains. Provide type ED, or as required for the application. B. Manufacturers 1. Eaton Crouse -Hinds Co. 2. Appleton Electric Co. 3. O.Z./Gedney Co. 4. Approved equal 2.14 KELLEMS GRIPS A. Kellems grips cables supports shall be 316 stainless steel. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260533-9 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 9 of 16 2.15 CONDUIT MOUNTING EQUIPMENT A. Pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel, nut, bolts, washers, etc. and shall be 316 stainless steel. Nylon tie wraps are not acceptable. 2.16 CONDUIT IDENTIFICATION TAGGING A. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes. B. Use the tagging formats for conduits as shown on the Drawings. C. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. D. Identification plates shall be as manufactured by the Panduit Corp. or equal. PART 3 - EXECUTION 3.1 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, coordinate the placement of raceway systems and related components with other trades and existing installations. B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes, or raceway boxes containing less than twelve inches of bend radius. C. Unless shown on the Drawings or specified otherwise, the raceway type installed with respect to the location shall be as follows, including all materials: Raceway System Location 1. Rigid Galvanized (RSC) Type Not acceptable for use on this Project 2. PVC Coated Aluminum (CRMC) Type 3. Liquid tight Flexible Aluminum (LFMC) Type 4. Rigid Non-metallic, Schedule 80 PVC (RNC) Type 5. Rigid Non-metallic, Schedule 80 PVC (RNC) Type 6. Flexible Aluminum (FMC) Type CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 11,2022 All embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raceway stub -ups to a minimum of six inches above finished floor or grade and in Chlorine and Caustic rooms. Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. Underground encased in red dyed reinforced concrete. For use only in Chlorine and Caustic Rooms. Not Acceptable for use on this project. SSIV F(ow Transfer Station Cite Project Number 103116-2 Raceway System 7. Aluminum Rigid Metal (RMC) Type 8 Electric Metallic Tubing (EMT) Steel Type 9. Liquid tight Steel Flexible Metal Conduit (LFMC) Type 26 05 33 - 10 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 10 of 16 Location All above grade areas, except for concrete embedded and those areas described in Locations 2 through 6 above. Not Acceptable for use on this project. Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. D. All conduit of a given type shall be the product of one manufacturer. 3.2 BOX APPLICATIONS A. All raceway junction, pull, and terminal boxes and electrical equipment enclosures shall have NEMA ratings for the location in which they are installed, and as specified herein. B. The distance between each raceway entry inside the box and the opposite wall of the box shall not be less than eight times the metric designator (trade size) of the largest raceway in a row. This distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. Each row shall be calculated individually, and the single row that provides the maximum distance shall be used. C. Provide cast aluminum conduit fittings for exposed switch, receptacle and lighting outlet boxes. D. All raceway boxes and wall — mounted electrical equipment enclosures shall be provided with factory mounting integral welded mounting lugs. Bolt -on gasketed mounting lugs attached through factory -drilled holes are not acceptable for any raceway box or electrical equipment enclosure. Drilling through the back of any box or enclosure is prohibited, and if so installed, shall be removed, and replaced, with no increase in the Contract Price or Construction Schedule. E. No penetrations shall be made in the top of boxes or electrical equipment enclosures in wet locations. 3.3 DEVICE BOX APPLICATIONS A. Device boxes shall be used for mounting wiring devices such as receptacles, switches, thermostats, lighting, and other permanently mounted devices. All device boxes shall be installed with a minimum of 1/4-inch air space between the back of the box and the wall or back panel on which it is installed. The space may be created with enough 316 stainless steel washers to provide the required air space or may be mounted using 316 stainless steel slotted channel. 3.4 CONDUIT OUTLET BODIES APPLICATIONS A. Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except where junction boxes are shown or otherwise specified. For conduits larger than 2-1/2 inches, junction boxes shall be provided. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260533-11 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 11 of 16 3.5 CONDUIT HUB APPLICATIONS A. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. B. When conduits contain equipment grounding conductors the wire shall be grounded to the hub(s) associated with that grounding conductor. 3.6 INSULATED GROUNDING BUSHING APPLICATIONS A. Insulated grounding bushings shall be provided and used to terminate raceways where the raceways enter pad -mounted electrical equipment or switchgear from the bottom where there is no wall or floor pan on which to anchor or terminate the raceway. B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 7/4X areas. C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. 3.7 CONDUIT FITTINGS APPLICATIONS A. Combination expansion -deflection fittings shall be installed where conduits cross structure expansion joints, and where installed in exposed conduit runs such that the distance between expansion -deflection fittings does not exceed 150 feet of conduit run. Expansion -deflection fittings are acceptable in indoor locations out of exposure to direct sunlight or other outdoor locations which are shaded. B. Expansion -deflection fittings are not acceptable for use outdoors unless approved in writing on a case -by -case basis from the Engineer/Owner. Where combination expansion -deflection fittings with exposed non-metallic sections, are approved by the Engineer/Owner for use where exposed to sunlight or other outdoor locations which are shaded, an aluminum wrap shall be installed loosely over the non-metallic portion, extending at least two inches beyond the ends. The wrap shall be loosely secured, to permit movement, with at least two 316 SS fasteners. Nylon tie -wraps are not acceptable. C. Provide an expansion fitting with a minimum of six inches available movement shall be installed on the exposed side of under to above grade conduit transitions. Expansion - deflection fittings shall not be provided unless approved and protected as specified above. 3.8 CONDUIT PENETRATION SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.9 EXPLOSION -PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS A. Fittings consisting of sealing fittings, breathers, drains, with sealing compound and fiber, as specified herein, shall be used as required to meet all the requirements of the National Electrical Code. CITY OF FORT WORTH SS1V Flow Transfer Stcition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 26 05 33 - 12 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 12 of 16 3.10 CONDUIT TAG APPLICATIONS A. All conduits shall be tagged within one foot of the entry of equipment, and wall and floor penetrations. B. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. 3.11 RACEWAY SEALING A. All raceways entering junction boxes, terminal junction boxes, electrical equipment enclosures or control panels containing electrical, or instrumentation equipment shall be connected to the box, enclosure or panel using conduit hubs and shall be sealed with Raceway Sealant, as specified herein. 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS IN CONCRETE ENCASEMENT A. Transitions from PVC raceway to PVC coated aluminum raceway in concrete encasements shall be made as follows: 1. Terminate the PVC conduit in a threaded PVC female adapter. 2. Terminate the PVC coated aluminum conduit in a threaded male adaptor. 3. Thread the male PVC -coated aluminum conduit adaptor into the female threaded PVC adapter. B. Tighten the joint securely, then double layer wrap the joint with two-inch vinyl electrical tape for a distance of two inches each side of the threaded joint to prevent any contact between any exposed aluminum threads and concrete. 3.13 RACEWAY INSTALLATION A. Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points, junction points or splicing points, until all raceway sections are complete, and all raceway covers are installed for protection of conductors from damage or exposure to the elements. Conductors installed into incomplete raceway systems are considered improperly installed and are in violation of the NEC. The occurrence of wire installed in an incomplete installation, shall require the removal of such conductors from the project site, and replacement of the conductors at with no increase in Contract Price or Schedule. The raceway system shall be completed and inspected by the Engineer/Owner before new conductors are installed. B. No conduit smaller than 3/4-inch electrical trade size, shall be used, nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be provided as necessary. Conduit reducers which are the same type of the raceway shall be installed where manufacturer -provided enclosures are not available with conduit hubs larger than 1/2-inch at the enclosure to terminate 3/4-inch conduit. The raceway fill shall be adjusted to accommodate the smaller opening in the manufacturer -provided enclosure. Notify the Engineer/Owner prior to the installation of the raceway into enclosures with openings smaller than the specified minimum. Raceways installed without notice are considered unacceptable and may be required to be removed at the Engineer's/Owner's discretion with no increase in the Contract Price or Schedule allowed. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number I03116-2 Revised May 11,2022 26 05 33 - 13 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 13 of 16 C. All raceways, installed underground, shall be installed in accordance with Section 26 05 43 Underground System, and be a minimum size of two-inch trade size unless otherwise shown in the plans. D. Raceways entering or leaving the raceway system, which could be subjected to the entry of moisture, rain or liquid of any type, shall be tightly sealed, using 3M 1000NS Watertight Sealant, or approved equal at any possible moisture entry point both before and after the installation of cables to prevent the entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment. No increase in the Contract Price or Schedule will be allowed. Cleaning or drying of such damaged equipment will not be acceptable. E. Conduit supports, other than for underground raceways, shall be spaced at intervals no further apart than as required by the NEC and closer together as required to obtain rigid construction. Conduits shall be supported near the entry into any enclosure in accordance with the NEC. Conduits shall not be used to support other conduits, nor shall conduits be supported from cable tray. F. Single conduits shall be supported by means of one -hole conduit clamps in combination with one -screw back plates, to raise conduits from the surface. G. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not less than 3/8-inch diameter. Multiple conduits mounted on walls shall be supported using strut and 316 stainless steel conduit clamps, screws, nuts and washers. H. Surface mounted panel boxes, junction boxes, conduit, etc. shall be supported as specified herein. L Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, anchors shall be as specified in Section26 05 29 Electrical Support Hardware. J. No electrical equipment enclosures, boxes, terminal junction boxes or raceways shall be attached to or supported from, sheet metal walls. K. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. Offsets in conduit runs shall all be done at the same point, and shall all be the same angle, so the entire installation appears to be parallel or concentric at every point. All conduits shall be run perfectly straight and true. L. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquid tight or rigid conduits are required. The use of short seal tight elbow fittings for such terminations will not be permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. M. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The grounding conductor shall be grounded to the box. N. Conduits shall be installed using threaded fittings. Running threads will not be permitted. O. Provide glued type conduit fittings on PVC conduit. CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260533-14 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 14 of 16 P. Conduits installed which are not in compliance with these requirements shall be removed and reinstalled at the Engineer's/Owner's discretion. If conductors are installed when the improper installation is discovered, the conductors shall be removed from the raceway, discarded and removed them from the job site, replaced, re - terminated, retagged, and retested in accordance with the specifications. The function of the system shall be retested in its entirety. No increase in Contract Time or Schedule will be allowed. Q. Liquid tight flexible metallic conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. Liquid tight flexible metallic conduit shall have a maximum length not greater than that of a factory manufactured elbow of the conduit size being used. The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". BX or AC type prefabricated cables will not be permitted. R. Seal the remaining openings or spaces of conduits passing through openings in walls or floor slabs to prevent the passage of flame or smoke where additional openings or space around the conduits are present. S. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. T. Raceways terminating in Control Panels or enclosures which contain electrical equipment or terminal blocks, shall not enter from the top of the enclosure. 1. Locations: Outdoors or any wet or damp location or any location where plant process equipment is located or any location not otherwise specifically designated as a dry electrical room, control room or office space. 2. All raceways entering the enclosures specified above shall be sealed with a watertight sealant as specified herein. 3. Enclosures entered from the top where top entry is prohibited, will be rejected and shall be removed and replaced regardless of the Division which contains the specification for the enclosure. The use of UL Listed conduit closures to restore the NEMA rating of the enclosure will not be accepted. 4. Conduit entering the top of the enclosures shall be removed and re-routed to enter the enclosure from the side or bottom. Conductors installed in top entering conduits shall be pulled back to the nearest conduit body or junction box and re- routed with the conduit, provided the conductors are long enough to be re - terminated. Conductors found to be insufficient in length to be re -terminated shall be completely removed and replaced, re -tested, re -tagged, re -tested and the control function of the panel shall be re -tested. 5. If the enclosure is provided by an OEM, the enclosure and its contents shall be returned to the OEM for a new enclosure. 6. No increase in Contract Price or Schedule will be allowed for making these corrections. U. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wire way or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. Conduits entering from cable tray shall be stubbed into the upper section. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 33 - 15 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 15 of 16 V. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7 and all wet locations. W. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. X. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits two inches in diameter and larger prior to installing conductors. Y. 3/16-inch polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. Z. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc. shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits at the point of attachment to the equipment. AA. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. BB.The use of running threads is prohibited. Where such threads are necessary, a three-piece union shall be used. CC.Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc. shall be sealed with Watertight Sealant as specified herein. DD. Conduits shall be located a minimum of three inches from steam or hot water piping. Where crossings are unavoidable, the conduit shall be kept at least one inch from the covering of the pipe crossed. EE. All changes of direction on PVC coated conduit greater than 20 degrees shall be accomplished using long radius bends. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. END OF SECTION CITY OF FORT WORTH SSIV Flan Transjer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 26 05 33 - 16 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 16 of 16 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 SECTION 26 05 43 UNDERGROUND SYSTEM PART1- GENERAL 1.1 SCOPE OF WORK 26 05 43 - 1 UNDERGROUND SYSTEM Page 1 of 8 A. Furnish and install a complete underground system of raceways, manholes and hndholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete or direct buried installation shall meet the requirements specified in Section 26 05 33 Raceways, Boxes Enclosures and Fittings. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions C. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citn• Project Number 103116-2 Revised May 11,2022 260543-2 UNDERGROUND SYSTEM Page 2 of 8 C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. D. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware. 2. Plastic duct spacers. 3. Rebar 4. Duct bank concrete design. 5. Manhole submittals. Include traffic ratings, entry hatches or openings for each manhole. Identify each manhole by the tag or designation shown on the drawings. a. For manholes with off center entries, include any structural modifications to accommodate their off -center placement. 6. Provide proof load test conducted per AASHTO M-306 on each manhole and handhole size/design shown or required. Provide a report from an independent test lab. 7. Calculated pulling tensions for each direction of pull as specified. 8. Recorded pulling tensions for each pull as specified. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) 2. NFPA 70E — Standard For Electrical Safety in the Workplace 3. ASTM A615/A615M-06a — Standard Specification for Deformed and Plain Carbon -Steel Bars for concrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 - Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ ASTM A48 — Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850- Specifications for underground precast concrete utility structures 8. ANSI-ASC A 14.5 American National Standard for Ladders — Portable Reinforced Plastic — Safety Requirements B. All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwise noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 2. American Society for Testing and Materials (ASTM) a. ASTM D 698a — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (60&N-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260543-3 UNDERGROUND SYSTEM Page 3 of 8 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous, or jobsite exposure will be rejected. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 MATERIALS A. Raceway System 1. All raceways shall meet the requirements of Section 26 05 33 Raceways, Boxes Enclosures and Fittings. 2. Raceway system shall be Schedule 80 PVC Rigid Nonmetallic Conduit (RNC), designed for use aboveground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC 1094A and UL 651 specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal. 3. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Calbond or Ocal. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103I16-2 Revised May 11,2022 260543-4 UNDERGROUND SYSTEM Page 4 of 8 4. All underground raceways of the underground system, terminating in manholes or handholes shall use terminators of the same size and type as the raceway 5. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM-BLA-XXDXXXCR, with rubber gasket, or approved equal. 6. Duct spacers shall be as manufactured by Carlon or equal. 7. Where raceways terminate into existing and new manholes, handholes or structures, the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti HIT 200 epoxy anchoring system. The termination of the duct bank steel shall utilize a minimum 24-inch length of reinforcing bar anchored not less than four inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. 8. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pounds per cubic foot with compressive strength, a minimum of 3000 pounds per square inch, or greater if required by other Divisions of the Specifications, at 28 days, a. Concrete shall have crushed aggregate with a maximum size of 3/4-inch, a slump of four to six inches and flow freely without the use of vibrators. b. Install red dye of 40 pounds per 10 cubic yards. of concrete, installed in the truck at the concrete plant. c. Submit concrete design. 9. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. B. Polyethylene Warning Tape 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Brady Detectable Identoline b. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features, and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 3. Warning tape shall be metal detectable polyester with subsurface graphics, black letters on red tape. The tape shall meet the OSHA 1926.956(c)(1), two-inch minimum width, for location tracing. PART 3 - EXECUTION 3.1 GENERAL A. Field verify the routing of all underground duct banks before placement. Modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for convenience, or to reduce the length of duct run as designed, will not be permitted. Provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in conformance with the conduit manufacturer's instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260543-5 UNDERGROUND SYSTEM Page 5of8 C. Saw cut and repair existing pavements above new and modified existing duct banks. Saw cut the pavement 2-feet wider than the width of the duct bank to provide a shoulder to support the pavement where it is repaired. D. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 inches per 100 feet. E. Reinforce raceway banks as shown on the Drawings. F. A #4/0 stranded bare tinned copper ground conductor shall be installed along the top of the rebar cage, as shown on the Drawings, for the full length of each duct run between manholes and handholes and bonded to a ground rod in the vicinity of each manhole and handhole. The 4/0 ground conductor shall also be connected to any existing grounding system at existing manholes. Connect the duct bank ground conductor to the structure grounding system where duct banks terminate at the building or structure. Connect the duct bank ground conductor in duct banks terminating at a buildings or structures to the building counterpose whether existing or new. Dead end terminations at a grounding rod are not permitted. G. Lay raceway lines in trenches on compacted earth as specified herein. H. Use plastic spacers located not more than four feet apart to hold raceways in place. Spacers shall provide not less than two-inch clearance between raceways. 1. Place 3-inch by 3-inch by 3-inch blocks under the duct bank at each spacer location to hold the duct bank and reinforcing rebars off the floor of the duct bank trench so the concrete envelope can surround the duct bank assembly. J. The minimum cover for raceway banks shall be 24 inches unless otherwise permitted by the Owner/Engineer. K. Raceway terminations at all manholes, existing and new, shall be with terminator for PVC conduit. L. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes, and all entrances and exits to the underground system. M. Raceways entering or exiting the Underground System, and the raceways rising to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be sealed with 3M 1000NS Watertight Sealant or approved equal. N. No wire shall be pulled until the duct system has been completed in every detail. Manholes and handholes shall be cleaned of debris and any trash before any conductors are installed. O. Swab all raceways clean before installing cable. P. Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. Q. Isolate analog and other low voltage signal cables from all other cables that carry AC voltages when passing through the manhole or hand hole. CITY OF FORT WORTH SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 260543-6 UNDERGROUND SYSTEM Page 6 of 8 R. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. S. Tag all underground conduits at all locations, exiting and entering from underground, including manholes'and handholes. The conduit tag shall have the same identification inside the MH as the conduit has where it is exposed above ground or terminates within a structure. T. The minimum raceway size shall be 2-inch unless otherwise shown on the plans. 3.2 PULLING TENSIONS A. Calculate the pulling tensions for each direction of pull for each the cables in each duct prior to the installation of the conductors. Submit the calculations to the Engineer prior to starting the installation of the conductors. B. All installations that are not done by hand which require mechanical pulling machines shall be monitored. The maximum pulling tension recorded for each pull shall be recorded and submitted to the Owner and Engineer for record. 3.3 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel, or pneumatic chisel along straight lines before excavating. The saw cut for paved areas to be 1 ft wider than the measured duct bank width on each side so that at least 1-foot of undisturbed sub -base on each side is exposed to support the pavement patching. D. Strip and stockpile topsoil from grassed areas crossed by trenches. Optionally, the topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer. Trench width shall be a practical minimum, but not less than 6 inches greater on each side, than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of sub grade soils. 1. The trench maybe excavated by machinery to, or just below, the designated sub grade, if material remaining in the bottom of the trench is no more than slightly disturbed. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 05 43 - 7 UNDERGROUND SYSTEM Page 7 of 8 2. Sub grade soils which become soft, lose or otherwise unsatisfactory because of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill, of aggregate as specified herein, as required by the Owner/Engineer. No change in the Contract Price will be allowed. 3.4 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is no larger than one-half the minimum clear spacing between electrical ducts, and a maximum coarse aggregate size of 3/4- inch. 3.5 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hours after placing of any concrete embedment, have lapsed. C. Where the duct banks are laid in the yard, the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non -porous material, in layers not to exceed eight inches in loose measure and compacted to 90% standard Proctor density at optimum moisture content of +/- 4%. The backfill shall be mounded six inches above the existing grade or as directed by the Owner/Engineer. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved, and replaced to the full original depth as part of the work under the duct items. In some areas, it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the duct banks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed eight inches loose measure and compacted at optimum moisture content (+/- 3%) to 95% standard Proctor density. E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 pounds. The material being spread and compacted shall be placed in layers not over eight inches loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. F. Bituminous paving shall not be placed in backfill. G. Water jetting will not be accepted as a means of consolidating or compacting backfill. H. All road surfaces shall be broom finished and hose -cleaned immediately after backfilling. Dust control measures shall be always employed. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 260543-8 UNDERGROUND SYSTEM Page 8 of 8 3.6 RESTORING TRENCH AND ADJACENT SURFACES A. In paved areas, the edge of the existing pavement above the duct bank which is to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B. In sections where the duct bank passes through grassed areas, remove, and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. No change in the Contract Price will be allowed for the sod or reseeding. 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 SECTION 26 2416 PANELBOARDS PART1- GENERAL 1.1 SCOPE OF WORK 2624 16 - 1 PANELBOARDS Page I of 6 A. Furnish and install panelboard(s) as specified herein and as shown on the Drawings. B. The provisions of this Section shall apply to all panelboards, except as indicated otherwise. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262416-2 PANELBOARDS Page 2 of 6 C. Provide systems engineering to produce coordination curves, showing coordination between breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. D. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review E. Submittals shall be made in accordance with the requirements of the process equipment division of these Specifications, and as specified herein. F. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned without review. G. The original equipment manufacturer, (OEM) shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. H. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Front view elevation 3. Top view 4. Nameplate schedule 5. UL Listing of the completed assembly 6. Conduit entry/exit locations 7. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 8. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 9. Descriptive bulletins 10. Product data sheets. 11. Cable terminal sizes. I. Operation and Maintenance Manuals. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262416-3 PANELBOARDS Page 3 of 6 1.4 REFERENCE CODES AND STANDARDS A. The low voltage panelboard assembly and all components in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 67 - Panelboards 2. UL 50 - Cabinets and Boxes 3. NEMA PB-1 2006 - Panelboards 4. Fed. Spec. W-P-115C 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 262416-4 PANELBOARDS Page 4 of 6 1.7 WARRANTY A. Provide warrantees, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years except for variable frequency drives which shall be for one years, from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable. I ACC 2. Eaton 3. Schneider Electric Company 4. Approved equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.2 RATINGS A. The service voltage, overall short circuit withstand and interrupting rating of the equipment and components shall be as shown on the Drawings, except that the minimum interrupting rating shall be 22,000 amperes RMS symmetrical for 240/120 volt single- phase or 208Y/120 volt three-phase. The minimum interrupting for 480Y/277 volt three-phase shall be 65,000 amperes RMS symmetrical. Panelboards employing series connected ratings for main, feeder and branch devices are not acceptable and shall not be provided. B. Panelboards shall be UL listed and labeled as suitable for use as service equipment. C. Where the panelboard is shown or specified to contain a surge protective device (SPD), the complete panelboard, including the SPD, shall be UL67 listed. D. Panelboards shall be designed for continuous operation, at rated current, in a 400C ambient. E. For additional ratings and construction notes, refer to the Drawings. 2.3 CONSTRUCTION A. General 1. Refer to the Drawings for actual layout and location of equipment and components, and other required details. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262416-5 PANELBOARDS Page 5 of 6 2. A nameplate shall be provided listing manufacturer's name, panel type and rating. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402, or equal. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch, or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residues has been removed. Epoxy adhesive or foam tape is not acceptable. B. Enclosures 1. General a. Each enclosure shall be provided with a legend pocket on the inner door. b. Enclosures shall not have holes or knockouts. 2. Not otherwise Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel hinges 4) Foam in -place gasket 3. NEMA 1 or NEMA 1 A boxes shall not be used. C. Surge Protective Devices (SPDs) 1. Provide a factory installed internal Type 2 SPD on panelboards shown or specified to include an SPD. Refer to Section26 43 13 for specifications of the SPDs. The required submittals for the SPD shall be included under this Section. Submittals not containing the required information in Section26 43 13 will be returned un- reviewed. 2. The SPD shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. The SPD shall be inside the panelboard via a direct bus bar connection. The SPD shall not limit the use of through -feed lugs, sub -feed lugs, and sub -feed breaker options. D. Exteriors 1. Unless otherwise noted, all panels shall be designed for surface mounting. 2. Hinged doors covering all circuit breaker handles shall be provided on all panels. 3. Doors shall have semi flush type cylinder lock and catch, except that doors over 48 inches in height shall have a vault handle and three-point latch, complete with lock, arranged to fasten door at top, bottom and center. Door hinges shall be concealed. Furnish two keys for each lock. All locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished on each door. E. Interiors 1. At least four studs for mounting the panelboard interior shall be furnished. 2. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining, drilling or tapping. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262416-6 PANELBOARDS Page 6 of 6 3. All interiors shall be completely factory assembled with circuit breakers, wire connectors, etc. All wire connectors, except screw terminals, shall be of the anti - turn solderless type and all shall be suitable for copper wire of the sizes indicated. F. Busses 1. All busses, including neutral busses and ground bars, shall be of tin plated copper. Neutral busses shall be full size. Phase bussing shall be full height without reduction. Cross connectors shall be tin plated copper. 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 3. Spaces for future circuit breakers shall be bussed for the maximum device that can be fitted into them. 4. Equipment ground bars, of tin-plated copper, shall be furnished. 5. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. Branch circuits shall be numbered by the manufacturer. 2.4 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as shown on the Drawings. B. Circuit breakers shall be molded case, bolt -on type. C. Each circuit breaker used in 208Y/120-volt, three phase, or 120/240 volt single phase, panelboards shall have an interrupting capacity of not less than 22,000 amperes, RMS symmetrical. D. Each circuit breaker used in 480Y/277 volt and 480 volt panelboards shall have an interrupting capacity of not less than 65,000 amperes, RMS symmetrical. E. Provide ground fault interrupters (GFI) with trip rating as shown on the Drawings. 1. GFI breakers connected to receptacles shall have a 5-milliamp ground fault trip. 2. GFI breakers connected to equipment shall have a 30-milliamp ground fault trip. PART 3 - EXECUTION 3.1 INSTALLATION A. Mount boxes for surface mounted panelboards so there is at least 1/2-inch air space between the box and the wall. B. Connect panelboard branch circuit loads so that the load is distributed as equally as possible between the phase busses. C. Type circuit directories giving location and nature of load served. Install circuit directories in each panelboard. END OF SECTION CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 27 26 - 1 LIGHT SWITCHES AND RECEPTACLES Page l of 8 SECTION 26 27 26 LIGHT SWITCHES AND RECEPTACLES PARTI- GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment, and install wiring devices as shown on the Drawings and as specified herein. B. Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in accordance with the NEC. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions The contractor to be responsible for examining all Sections of the Specifications and Drawings. Determine the power and wiring requirements. Provide external wiring and raceways as required for fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to dissimilar equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. Submit to the Owner/Engineer, shop drawings and product data, for the following: CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit). Prgjeet Number 103116-2 Revised May 11,2022 262726-2 LIGHT SWITCHES AND RECEPTACLES Page 2 of 8 1. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. 2. Submit catalog data of all switches, receptacles, and other specified items under this Section, with all options, application locations and exceptions clearly indicated. 1.4 REFERENCE STANDARDS A. Wiring devices shall comply with the requirements of the National Electrical Code (NEC) and shall be Underwriters Laboratories (UL) labeled. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted., B. Equipment shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the Manufacturers listed in each product category are acceptable. B. The listing of specific manufacturers does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed are not relieved from meeting these specifications in their entirety. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262726-3 LIGHT SWITCHES AND RECEPTACLES Page 3 of 8 2.2 RATINGS A. The service voltage shall be as shown on the Drawings. The overall short circuit withstand, and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the equipment. 2.3 MATERIALS A. Wall switches shall be heavy duty, industrial specification grade, toggle action, flush mounting quiet type. All switches shall conform to the latest revision of Federal Specification WS 896. 1. Manufacturer a. Cooper (catalog number as listed) b. Hubbell, Inc. c. Pass & Seymour, Inc. d. Approved equal 2. Single pole, 20 Amp, 120/277 Volt — (Cooper 2221 V) 3. Double pole, 20 Amp, 120/277 Volt — (Cooper. 2222V) 4. Three way, 20 Amp, 120/277 Volt — (Cooper 2223V) 5. Four way, 20 Amp, 120/277 Volt — (Cooper 2224V) 6. Single pole, 20 Amp, 120/277 Volt - key operated - (Cooper AH 1191 N) 7. Single pole, 20 Amp, 120 Volt - red pilot -lighted handle — (Cooper 2221 PL) 8. Single pole, 20 Amp, 120 Volt, clear lighted handle — (Cooper 2221LTV) 9. Momentary contact, three position, 2 circuit, center off — (Cooper 1995V) B. Fluorescent wall box dimmer switch for 120/277 Volt control of rapid start fluorescent lamps with a dimming range of 100% to 0.5% light for 120-volt and 100% to 1% light for 277-volt. 1. Manufacturers a. Lutron Electronics Co., Inc. b. Lithonia Control Systems c. Valmont Electric, Inc. d. Approved equal C. Explosion -proof single pole factory sealed switches shall be for 20 Amps, 120/277 volts, mounted in copper free aluminum boxes. Manufacturers a. Eaton Crouse -Hinds b. Appleton Electric Co. c. Killark d. Approved equal D. Receptacles shall be heavy duty, corrosion resistant, specification grade of the following types and manufacturer or equal. Receptacles shall conform to Fed Spec WC596. 1. Duplex, 20 Amp, 125 Volt, 2 Pole, 3 Wire Grounding, high impact, arc and moisture resistant yellow nylon construction, heavy nickel plating on metal parts; 2. Single, 20 Amp, 250 Volt, 2 Pole, 3 Wire 3. GFI or GFCI (ground fault circuit interrupter) receptacles: CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103/ /6-2 Revised May 11,2022 26 27 26 - 4 LIGHT SWITCHES AND RECEPTACLES Page 4 of 8 a. Provide feed -through type with test and reset button. GFCI must be self -testing per NEC. b. Provide 5 milliamp ground fault trip for personnel protection. c. Provide 30 milliamp ground fault trip for equipment protection 4. Manufacturers a. Cooper (Cooper 5461 GY) b. Hubbell, Inc. c. Pass & Seymour, Inc. d. Approved equal E. Weatherproof covers Die cast aluminum. Plastic or other non-metallic in -use covers are not acceptable. 2. Weatherproof while -in -use rating 3. Manufacturers a. Eaton Catalog No. WIUMH/V b. Thomas & Betts c. Approved equal F. Special purpose 1. Clock hanger single, 15 Amp, 125 Volt, 2 Pole, 3 Wire, with hanging hook on device plate. 2. Single, corrosion resistant locking, 20 Amp, 125 Volt, 2 Pole, 3 Wire; Cooper, Catalog No. CRL52OR and plug (Cooper CRL520P) 3. Single twist -lock, 30 Amp, 125 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL530R; plug. 4. Single twist -lock, 20 Amp, 250 Volt, 1 Phase, 3 Wire 5. Single twist -lock, 30 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL630R; plug 6. Manufacturers a. Cooper (catalog number as listed) b. Hubbell c. Pass & Seymour d. Approved equal G. Explosion -proof receptacles and plugs 1. Single, 20 Amp, 125 Volt, 1 Phase, 3 Wire. 2. Duplex, 20 Amp, 125 Volt, 1 Phase, 3 Wire. 3. Single, 20 Amp, 250 Volt, 1 Phase, 3 Wire. 4. Duplex, 20 Amp, 250 Volt, 1 Phase, 3 Wire. 5. Manufacturers a. Appleton Electric (Catalog number as listed) b. Crouse -Hinds c. Hubbell Inc. d. Approved equal H. Device Plates 1. Plates for indoor flush mounted devices shall be of the required number of gangs for the application involved and shall be as follows: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262726-5 L[GHT SWFFCHES AND RECEPTACLES Page 5 of 8 a. Administration type buildings: Smooth, high impact nylon of the same manufacturer and color as the device. Final color to be as selected by the Architect. b. Where permitted in other areas of the plant, flush mounted devices in cement block construction shall be Type 302 high nickel (18-8) stainless steel of the same manufacturer as the devices. 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box, Crouse -Hinds or equal. 3. Oversized plates shall be installed where standard plates do not fully cover the wall opening. 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed, cast aluminum with provisions for padlocking switches "On" and "Off', Crouse Hinds or equal. 5. Multiple surface mounted devices shall be ganged in a single, common box and provided with an adapter, if necessary, to allow mounting of single gang device plates on multi -gang cast boxes. 6. Engraved device plates shall be provided where required. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box a. Manufacturers 1) Cooper 2) Hubbell, Inc. 3) Pass & Seymour, Inc. 4) Approved equal I. Three Phase Power Receptacles 1. Three phase power receptacles and plugs shall be rated for the voltage and current ratings of the connected load unless otherwise shown on the Drawings. 2. Receptacles and plug housings shall be constructed of copper free aluminum listed to UL standard 498 for watertight construction. Hardware shall be stainless steel. 3. Performance a. Maximum working voltage: 600 volts RMS. b. Dielectric withstand voltage: 3000 volts. c. Full load break capability at rated current. d. 5000 connect/disconnect cycles at rated voltage and current. 4. Furnish and install one mating plug with each receptacle. Provide the following features: a. Color coded by voltage. b. One-piece housing/angled back box c. Shrouded pins d. Self -closing gasketed cover. e. Watertight cable entrances/stress relief grips. f. Mating keys. g. All current carrying components shall be tin plated including contacts. 6. Acceptable manufacturers: a. Hubbell b. General Electric c. Cooper d. Meltric CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citr Project Number 103116-2 Revised May 11,2022 262726-6 LIGHT SWITCHES AND RECEPTACLES Page 6 of 8 7. The disconnect switch shall be unfused or fused, as shown on the Drawings, or otherwise specified herein or if required by the NEC, with ratings as hereinbefore specified. Provide lockout provisions on the disconnect switch handle. 8. Manufacturers a. Crouse -Hinds b. Appleton c. Killark d. Hubbell J. 30 Amp, 480-volt Receptacles 1. 30 Amp, 480 Volt receptacles shall be 3 Pole, 4 Wire, grounding pin and sleeve type, with circuit breaking capability. The receptacle shall meet the requirements of Power Receptacles specified herein. 2. Manufacturers a. Crouse Hinds Arktite style 2, Catalog No. ARE 3423 b. Approved equal 3. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 4. All current carrying components shall be tin plated including contacts. 5. Conductor clamping screws shall be stainless steel. 6. Furnish and install one matching plug for each receptacle shown on the Drawings. K. Welding Receptacles and Disconnect Switches 1. Provide in accordance with Section26 28 16 Low Voltage Enclosed Circuit Breakers and Safety Switches 2. Welding receptacles and disconnect switches shall be rated 600 Volts, 100 Amp, 3- pole, 4-wire, 60 Hz. Receptacle shall be mechanically interlocked with its disconnect switch to prevent breaking the circuit with the receptacle and plug. Ground wire shall be bonded to the plug and receptacle housings. Enclosure type shall be NEMA 4. The receptacle shall meet the requirements of Power Receptacles specified herein. a. All current carrying components shall be tin plated including contacts. b. Conductor clamping screws shall be stainless steel. 3. Furnish and install one matching plug for the welder. L. Poke -Through Service Fittings 1. Poke -through service fittings shall be installed in a two-inch core drilled hole, fit floor thicknesses of 2-1/2 inches to 7 inches and be fire rated. 2. Poke -through service fittings shall be provided with barriers to handle both high and low tension services and be designed for both new construction and building retrofit. 3. Service fitting heads shall each contain a 20 Amp, 125-volt, 2-pole, 3-wire duplex receptacle on one side and provisions for up to two-25 pair telephone cables on the remaining side. 4. Manufacturers a. Raceway Components b. Walker CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262726-7 LIGHT SWITCHES AND RECEPTACLES Page 7 of 8 c. Square D d. Approved equal PART 3 - EXECUTION 3.1 INSTALLATION A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas with stud frame and gypsum board construction, in dry areas with cement block construction or when raceways are shown as concealed on the Drawings. B. Do not install flush mounted devices in areas designated DAMP, WET or WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE on the Drawings. D. Unless otherwise shown on the Drawings, wall switches and other wall mounted controls shall be installed at 54 inches AFF. E. Convenience receptacles shall be 36 inches above the floor unless otherwise shown. F. Convenience receptacles installed outdoors and in rooms where equipment may be hosed down shall be 36 inches above floor or grade. Switches shall be ganged together under one cover plate. G. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. H. Convenience receptacles and light switches shall be connected using stranded pig tails and spring fork insulated lugs. Feed -through wiring of receptacles is prohibited. 3.2 FIELD QUALITY CONTROL A. Test wiring devices to ensure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. END OF SECTION CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 10.3116-2 Revised May 11,2022 262726-8 LIGHT SWITCHES AND RECEPTACLES Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 2628 16 - 1 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 1 of 10 SECTION 26 28 16 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install low voltage enclosed circuit breakers and disconnect switches, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. B. All equipment specified in this Section of the Specifications shall be the product of one manufacturer and shall be factory constructed and assembled by that manufacturer. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262816-2 LOW VOLTAGE ENCLOSED CIRCUrr BREAKERS AND SAFETY SWrrCHES Page 2 of 10 C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review D. Submittals shall be made in accordance with the requirements of the process equipment division of these Specifications, and as specified herein. E. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned without review. F. The original equipment manufacturer, (OEM) shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. G. The following information shall be submitted to the Engineer: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembly. 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 12. Instruction and renewal parts books. H. Factory Tests. Submittals shall be made for factory tests specified herein. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262816-3 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 3 of 10 I. Field Test Reports. Submittals shall be made for field tests specified herein. J. Operation and Maintenance Manuals. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. K. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard AB 1 —Molded Case Circuit Breakers, Molded Case Switches and Circuit Breaker Enclosures NFPA 70 — National Electrical Code (NEC) 3. NFPA 70E — Standard For Electrical Safety in the Workplace 4. IEEE 242 — Protection and Coordination of Industrial and Commercial Power Systems 5. IEEE 399 — Power Systems Analysis 6. UL 489 — Molded Case Circuit Breakers and Circuit Breaker Enclosures 7. UL 1066 — Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 2628 16 - 4 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 4 of 10 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding, jacking, and moving using rolling equipment to place the equipment, bolt torquing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.7 WARRANTY A. Provide warrantees, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to c6mpliance with the Contract Documents, the following Manufacturers are acceptable: 1. ABB 2. Eaton 3. Schneider Electric Company B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. All equipment furnished under this Section shall be from the same manufacturer. 2.2 RATINGS A. The service voltage shall be as shown on the Drawings. The overall short circuit withstand, and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the circuit breaker or switch. Systems employing series connected ratings for main and feeder devices shall not be used. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 2628 16 - 5 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 5 of 10 B. Circuit breakers, safety switches and associated devices shall be designed for continuous operation at rated current in a 40°C ambient temperature. C. Furnish heavy duty devices. D. For additional ratings and construction notes, refer to the Drawings. 2.3 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, components; protective relays, voltage ratings of devices, components, and assemblies; and other required details. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified, Lugs for #12 AWG up to #6 AWG shall be ring terminals. Conductors #4 AWG and larger shall be two -hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. See also Section 26 05 19 Wires and Cables (1000 Volt Maximum) for additional requirements. 3. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 4. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/2 inch, or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. B. Enclosures 1. General a. Enclosures shall meet the requirements specified in Section26 05 33 Raceways, Boxes Enclosures and Fittings. b. Provide 316 SS hardware for all enclosures. c. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. d. Enclosures shall not have holes or knockouts for conduit entry. e. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. f. All enclosures shall be provisioned with hardware for a padlock. g. All enclosures shall have integral welded mounting lugs. 2. NEMA 7/4X a. Class 1, Division 1, Groups A, B, C, and D, as defined in NFPA 70. Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Nionber 103116-2 Revised May 11,2022 26 28 16 - 6 LOW VOLTAGE ENCLOSED CIRCUrr BREAKERS AND SAFETY SWITCHES Page 6 of 10 3. NON-METALLIC , a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam -in -place gasketed doors 4. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body, and door 2) Stainless steel hinge 3) Foam in -place gasket 4) Single point quarter turn latches 5. NEMA 12 a. NEMA 12 Steel 1) Mild steel body and door 2) Stainless steel hinges 3) Foam in -place gasket 4) Single point quarter turn latches 6. NEMA 4X Stainless Steel were not otherwise Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel hinge 4) Foam in -place gasket 5) Single point quarter turn latches 7. NEMA 1 or NEMA IA boxes shall not be used. S. Malleable iron boxes shall not be used. 9. Provide a disconnect operating handle with mechanical interlock having a bypass that will allow the enclosure door to open only when the circuit breaker or switch is in the OFF position. The circuit breaker or switch shall have the capability of being bypassed after the door has been opened. C. Internal Wiring 1. Wiring: Stranded copper, minimum size No. 14 AWG, with 600 Volt, 90°C, flame retardant, Type MTW thermoplastic 600-volt insulation, NEMA Class 11, Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non -smearing, solvent -resistant type like Raychem TMS-SCE, or equal. Wire tags shall be machine -printed. Wire tags relying on adhesives of any type are unacceptable. 3. All wiring shall be neatly bundled with tie wraps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. D. Field Installed Internal Wiring CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262816-7 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 7 of 10 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. Wiring shall not be supported using adhesive supports. Adhesive wire supports are unacceptable, and if installed shall be removed and replaced with a non -adhesive support with no increase in Contract Price or Time. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non -smearing, solvent -resistant type similar to Raychem TMS-SCE, or equal. Wire tags shall be machine -printed. Wire tags relying on adhesives of any type are unacceptable. 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings and not located in a wet, damp or any process area. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. 2.4 CIRCUIT BREAKERS A. Molded Case Circuit Breakers (MCCB's) 1. Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating and larger, shall be molded case (MCCB), three -Pole, 600-volt, fixed type, with stored energy closing mechanism. Breakers shall be manually operated unless indicated as electrically operated (EO) on the Drawings. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable instantaneous pickup, adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. 2. Unless otherwise shown on the Drawings, circuit breakers less than 225 ampere frame rating shall be molded case, three -Pole, 600-volt, fixed type, manually operated with stored energy closing mechanism. Circuit breakers shall have inverse time and instantaneous tripping characteristics. 2.5 SAFETY SWITCHES A. Safety switches shall be heavy duty, quick make, quick break, visible blades, 600-volt, three -pole with full cover interlock, interlock defeat and flange mounted operating handle. 2.6 FUSED SAFETY SWITCHES A. Fused safety switches shall be heavy duty, quick make, quick break, visible blades, 600 volt, three -pole with full cover interlock, interlock defeat and flange mounted operating handle. B. Fuses shall be rejection type, 600 volts, 200,000 A.I.C., dual element, time delay. C. Fuses 1. Eaton 2. Ferraz Shawmut Fuses 3. Littlefuse Incorporated CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 262816-8 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 8 of 10 4. Busman 5. Approved equal 2.7 MOTOR ISOLATION SWITCHES A. For motors up to and including 100 horsepower, the isolating switch shall be a horsepower rated, quick make, quick break, visible blades, 600 volt, three pole motor circuit switch, in an enclosure as listed above and sized for the motor as shown on the Drawings. The switch shall be plainly marked "Do not operate under load". B. Auxiliary contacts shall be early break (opens before the switch is opened) and early make (closes before the switch is closed). The auxiliary contact shall be rated 5 amperes at 480 volts. 2.8 SPARE PARTS A. Provide the following spare parts: 1. Three — Fuses of each type used. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number 2.9 FACTORY TESTING A. The circuit breakers and all switches shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage circuit breakers and disconnect switches with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by manufacturer. 3.3 INSTALLATION A. Install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 2628 16 - 9 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 9 of 10 C. Conduit entry into the top of any NEMA 4/4X rated enclosure in any outdoor, damp, wet or process area is strictly prohibited. Any enclosure entered from the top will be removed, the conduit and conductors re-routed, or conductors replaced if too short. No increase in Contract Price or Contract Time will be allowed. 3.4 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.5 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. 3.6 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least I00 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test the ground fault protection system using a high current injection method. D. Test the rating plug for correct rating. 3.7 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.8 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cirr Project Number 103116-2 Revised May 11,2022 2628 16 - 10 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES Page 10 of 10 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry, Project Number 103116-2 Revised May 11,2022 264313-1 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 1 of 8 SECTION 26 4313 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs I Kv and less), to be furnished under other Sections of the Specifications. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions The contractor responsible for examining all Sections of the Specifications and Drawings. Determine the power and wiring requirements. Provide external wiring and raceways as required for fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to dissimilar equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. Unmarked cut sheets will cause rejection of the submittal and its return for revision. B. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., enough to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted, will be returned unreviewed. 2. Dimensional drawing of each SPD type. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 264313-2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 2 of 8 3. UL 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory (NRTL). 4. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 5. ANSUIEEE C6241 and C6245, Category C3 (20kV-1.2/50, IOkA-8/20µs waveform) clamping voltage test results. C. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 1449 Third Edition — Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters 3. ANSI/IEEE C62.41.2-2002 — IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSUIEEE C62.45-2002 — IEEE Recommended Practice on Surge Testing for Equipment Connected to Low -Voltage AC Power Circuits. 5. NEC Article 285 - Surge Protective Devices 6. NEMAASCI — 109 Transient Overvoltage Withstand Test 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDs and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD, shall be fully tested and certified to the following UL standards: 1. UL 67 - Panelboards. 2. UL 845 - Motor Control Centers. 3. UL 891 - Switchboards. 4. UL 1558 - Low Voltage Switchgear. CITY OF FORT WORTH . SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 264313-3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 3 of 8 C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.6 WARRANTY A. Provide warrantees, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for five years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 1 and Type 2): 1. Eaton 2. AB 3. Schneider Electric Company 4. Rockwall 5. Approved equal. B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. Approved equal. 2.2 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will not be acceptable. 2. All SPDs shall be marked with a short-circuit current rating and shall meet or exceed the available fault current at the connection point. 3. UL 1449 Usage Classifications. a. Type 1 — Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device and intended to be installed without an external overcurrent protective device. b. Type 2 — Permanently connected SPDs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. CITY OF FORT WORTH SS1V Flow Transj' r Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 264313-4 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 4 of 8 c. Type 3 — Point of utilization SPDs, installed at a minimum conductor length of 10 meters (30 feet) from the electrical service panel to the point of utilization, for example cord connected, direct plug-in, receptacle type and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 4. Construction of Type 1 and Type 2. a. Fully Integrated Component Design: All the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Overcurrent Protection: The unit shall contain thermally protected MOVs. The thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s) from the system in a fail-safe manner should a condition occur that would cause them to enter a thermal runaway condition. c. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform: The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. f. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. g. Power and ground connections shall be prewired within the protected equipment. h. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator lights shall indicate which phase as well as which module is fully operable. The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A push -to -test button shall be provided to test each phase indicator. Push -to -test button shall activate a state change of dry contacts for testing purposes. i. Surge Counter: The SPD shall indicate user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed. The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short -duration button press. To prevent accidental resetting, the surge counter reset button shall be depressed for a minimum of two seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 264313-5 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 5 of 8 j. Remote Monitoring: For remote monitoring, the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal -oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards. 1. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. m. Integrated surge protective devices (SPD) shall be Component Recognized in accordance with UL 1449 Third Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating (SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV-1.2/50µs, IOkA-8/20µs). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems (7 Mode). Construction of Type 3. a. Fully Integrated Component Design: All the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. c. Electrical Noise Filter: Each unit shall include a high-performance EMURFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e. Power and ground connections shall be prewired within the protected equipment. f. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV-1.2/50µs, IOkA-8/20µs). B. Applications. 1. Service Entrance Rated Equipment (Type 1). CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 43 13 - 6 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 6 of 8 a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device. b. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSVIEEE C62.41 Category C environments. c. The SPD shall be of the same manufacturer as the equipment d. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer e. Locate the SPD on the load side of the main disconnect device, as close as possible to the phase conductors and the ground/neutral bars. f. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. g. The SPD shall be integral to the equipment as a factory standardized design. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 2. Distribution Equipment Applications (Type 2). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other non -service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. c. The SPD shall be included and mounted within the equipment by the manufacturer. d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings. SPDs shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. g. The SPD shall not limit the use of through -feed lugs, sub -feed lugs, and sub - feed breaker options. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnecting means shall be in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. c. All monitoring and diagnostic features shall be visible from the front of the equipment. 4. Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) and Electrical Manufacturer's Provided Control Panels (OEMs) Applications (Type 1, Type 2, and Type 3) a. Where any such panel is installed as service entrance equipment, a Type 1 SPD shall be installed. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 264313-7 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 7 of 8 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 SPD shall not be required to be of the same manufacturer as the panel. Where any such panel is installed as non -service entrance equipment, but within 50' of wire length of the incoming power line when that line is overhead. 1) The same requirements for other non -service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 1) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The SPD shall be integral to the MEM or OEM panel, as a factory standardized design. C. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage (MCOV) of not less than 115% of nominal RMS voltage. 3. Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for service entrance and 120 kA per phase (60 kA per mode) for distribution applications. 4. UL 1449 clamping voltage must not exceed the following: Voltage Protection Rating (VPR) Voltage LN L=G N-G 240/ 120 1200/800V 800V 800V 208Y/ 120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 20kA per mode 2.3 ACCESSORIES A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. CITY OF FORT WORTH SS1V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Prqject Number 103116-2 Revised May 11,2022 2643 13 - 8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) Page 8 of 8 PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section. Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 SECTION 26 50 00 LIGHTING SYSTEM PART1- GENERAL 1.1 SCOPE OF WORK 265000- l LIGHTING SYSTEM Page l of 12 A. Furnish all labor, materials, equipment and incidentals required and install a complete lighting system ready for operation as shown on the Drawings and as specified herein. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00, the Contract Documents and as specified herein the following: 1. The manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. 2. Cut sheets for each individual item shall be submitted. 3. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. 4. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. B. All shop drawing submittals and all O&M submittals shall be submitted Division 1. No change in Contract Price or Schedule will be allowed for delays due to unacceptable submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit- Project Number 103116-2 Revised May 11,2022 265000-2 LIGHTING SYSTEM Page 2 of 12 D. Submittals shall be made in accordance with the requirements of the process equipment division of these Specifications, and as specified herein. E. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned without review. F. Submit for approval, a manufacturer's conducted training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. G. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Manufacturer's technical information for the materials proposed for use in the systems. 2. For all light pole foundations shown to be installed in earth, provide installation and anchoring drawings that are stamped and sealed by a licensed engineer in the state of Texas. The soil condition shall be assumed to be disturbed earth. If compaction is assumed, a compaction test shall be performed on all foundation locations, showing the minimum field density assumed in the foundation design. 3. Submit manufacturer's name and catalog data for all lighting equipment specified in this Section and on the lighting fixture schedule. 4. Clearly indicate luminaire type, name of the job. Contractor shall endeavor to submit all luminaires, drivers and integral controls shop drawings at one time, in one package. Any re -submittals shall include all luminaire, driver and integral controls previously rejected or requiring further information. Specialty SSL, custom, or modified fixtures may be submitted as a separate package. 5. Reproductions of the Contract Drawings are not acceptable as shop drawings. 6. Provide dimensions, ratings and specific catalog number and identification of items and accessories and performance data. 7. Indicate any dimensions and components for each luminaire that are not a standard product of the manufacturer. 8. Wiring Diagrams — as needed for special operation or interaction with other system(s). 9. Photometric Data: Where indicated below or for substitutions, supply complete photometric data for the fixture, including optical performance, rendered by NVLAP approved laboratory developed according to the methods of the Illuminating Engineering Society of North America. Submit electronically, in IESNA LM-63 standard format. Types XX and YY. 10. Submit photometric data for all substitute luminaries. Photometric reports are not required from specified manufacturer unless noted in paragraph H above. 11. If lacking sufficient detail to indicate compliance with Contract Documents, standard specification sheets will not be accepted. This includes, but is not limited to, luminaire type designation, manufacturer's complete catalog number, voltage, LED type, CCT, CRI, specific driver information, system efficacy, L70 life rating, and any modifications necessary to meet the requirements of the Contract Documents. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 265000-3 LIGHTING SYSTEM Page 3 of 12 12. Substitutions shall include complete photometric data as outlined in paragraph H above, and point -by -point calculations for the specific conditions on the project. Samples shall be required for consideration of any substitutions and must be submitted in accordance with the terms outlined in paragraph below. 13. Working Samples of all substitutions: Samples shall be 120-volt with cord and plug attached and shall include specified LEDs and all modifications necessary to meet the requirements specified in the Contract Documents. H. Energy Efficiency: 1. Submit documentation for Energy Star qualifications for equipment provided under work of this Section. 2. Submit data indicating luminaire efficiency. 3. Submit data indicating Ballast Efficacy Factor (BEF). 4. Submit data indicating Luminaire Efficacy rating (LER). 5. Submit data indicating color rendition index of light source. I. Submit environmental data in accordance with Table 1 of ASTM E2129 for products provided under work of this Section. J. Manufacturer's technical information for the materials proposed for use in the systems. 1.4 REFERENCE CODES AND STANDARDS A. All lighting fixtures shall be in accordance with the National Fire Protection Association (NFPA) NFPA 70 "National Electrical Code" (NEC), and shall be constructed in accordance with the latest edition of the Underwriters Laboratories (UL) "Standards for Safety, Electric Lighting Fixtures". B. National Energy Policy Act of 2005, Public Law No. 109-58. C. IESNA LM-63 - ANSI Approved Standard File Format for Electronic Transfer of Photometric Data and Related Information; 2002. D. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008. E. IESNA LM-79-08 IESNA - Approved Method for Electrical and Photometric. F. Measurements of Solid State Lighting Products; 2008. G. IESNA LM-80-08 IESNA - Approved Method for Measuring Lumen Maintenance of LED Light Sources. H. IESNA LM-80-08 IESNA - Approved Method for Measuring Lumen Maintenance of LED Light Sources. I. IESNA TM-21-2011 — Projecting Long Term Lumen Maintenance of LED Light Sources. J. UL 8750 — Light Emitting Diode (LED) Equipment for Use in Lighting Products. K. OSHA 29CFR 1910.7 — Luminaires shall be listed by national recognized testing laboratory approved by United Stated Department of Labor, Occupational Safety and Health Administration (OSHA). 1.5 QUALITY ASSURANCE A. All fixtures shall energy -efficient type. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 10.3116-2 Revised May 11,2022 265000-4 LIGHTING SYSTEM Page 4 of 12 B. The manufacturer of these materials shall have produced similar lighting fixtures for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar systems shall be provided demonstrating compliance with this requirement. C. The luminaires shall be manufactured in accordance with a manufacturer quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of the modules built to meet this specification. These tests shall include: CCT, CRI, Lumen output and wattage. Tests shall be recorded, analyzed and maintained for future reference. D. QA process and test results documentation shall be kept on file for a minimum period of seven years. E. LED luminaire designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D. Equipment shall be installed in its permanent location shown on the Drawings within seven calendar days of arriving onsite. If the equipment cannot be installed within seven calendar days, the equipment shall be stored on site in a dry heated and air conditioned space. If there is no such storage space on site, the equipment shall not be delivered to the site, but stored offsite, until such time that the site is ready for permanent installation of the equipment. No change in the Contract Price will be allowed for storage or transportation. 1.7 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for one years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 265000-5 LIGHTING SYSTEM Page 5 of 12 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Lighting fixture manufacturers and types as required by the "Lighting Fixture Schedule" on the Drawings. B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Where specified to match existing fixtures, fixtures of the same manufacturer and type shall be installed. 2.2 LIGHTING FIXTURES A. General 1. All lamps shall be of one manufacturer. 2. Manufacturers: a. Osram/Sylvania Electric Products, Inc. b. General Electric Co. c. North American Philips Lighting Corp. d. Approved equal 3. All ballasts shall be UL listed, ETL certified, Class "P", high power factor (minimum 0.90). 4. Ballasts shall have an "A" sound rating or better. 5. All ballasts used in exterior applications shall have a minimum starting temperature of 0°F unless otherwise specified. 6. All interior ballasts shall have a minimum starting temperature of 50°F. 7. Ballasts shall be parallel wired type and designed to operate the number and length of lamps specified. 8. The total harmonic distortion (THD) of each ballast shall be 10% or less. 9. Ballasts shall have a minimum ballast factor of 0.88 = N and as specified in the fixture schedule. 10. Ballasts shall have nominal power factor 0.90 or higher. 11. Ballasts shall have a maximum lamp current crest factor of 1.4. 12. Ballast shall provide normal rated life for the lamp specified. 13. All electronic ballasts shall be warranted for parts and replacement for five full years from the date of installation. 14. All ballasts shall be as manufactured by G.E., Advance, Model Mark V, similar by Osram/Sylvania; MagneTek or equal. 15. Where the equipment contains a programmable logic controller (PLC) or an uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection (Type 3). B. Fixed Mount CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 265000-6 LIGHTING SYSTEM Page 6 of 12 1. Fluorescent Fixtures a. Lamps 1) Furnish high lumen fluorescent lamps where listed. 2) Linear fluorescent lamps shall be T8 or T5 as required by the fixture, rapid/instant start, tri-phosphor, minimum CRI 86, and compact types all as shown on the Fixture Schedule" b. Ballasts 1) All linear fluorescent light fixtures shall have an electronic ballast unless otherwise noted on the Lighting Fixture Schedule. 2. High Pressure Sodium Fixtures a. Lamps 1) Dual arc tube HPS as shown on the "Lighting Fixture Schedule." 2) High pressure sodium lamps shall be clear, non -cycling, and of the size and type as shown on the Lighting Fixture Schedule. b. Ballasts 1) High pressure sodium ballasts shall be of the constant wattage type, with multi -tap windings, of the correct size and voltage for the fixture it is to serve as shown on the Lighting Fixture Schedule. 3. Metal Halide Fixtures a. Lamps 1) Metal halide lamps shall be clear pulse -start, and of the size and type as shown on the Lighting Fixture Schedule. b. Ballasts 1) Pulse -start metal halide ballasts shall be of the constant wattage auto - transformer type, with a minimum efficiency of 88%, for lamp wattages from 150 watts to 500 watts. 2) Non -pulse start electronic ballasts shall have an efficiency of 92% for wattages greater than 250 watts and a minimum efficiency of 90% for wattages less than or equal to 250 watts. 4. Incandescent Fixtures a. Lamps 1) Incandescent lamps shall be compact fluorescent self -ballasted, minimum 1000 hours. C. LED Luminaires 1. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply) and integral controls as per this specification. 2. Each luminaire shall be designed to operate at an average operating temperature of 25°C. 3. The operating temperature range shall be 0°C to +25°C. Each luminaire shall meet all parameters of this specification throughout the minimum operational life when operated at the average operating temperature. 4. Nominal luminaire dimensions: refer to light fixture schedules. D. Luminaire Construction: 1. Luminaire housing to have no visible welding, screws, springs, hooks, rivets, bare LEDs or plastic supports. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number I03116-2 Revised May 11,2022 265000-7 LIGHTING SYSTEM Page 7 of 12 2. The luminaire shall be a single, self-contained device, not requiring onsite assembly for installation. The power supply and circuit board for the luminaire shall be integral to the unit. 3. Luminaires shall be fabricated from post painted cold rolled steel and shall be a rigid structure with integral T-bar clips. 4. Finish: Polyester powder coat painted with 92% high -reflective paint after fabrication. 5. Reflector: rugged one-piece cold rolled steel with embossed multi -facets, echoing the frequency of the refractor prisms to distribute soft light at multiple angles, without flashing thus reducing high luminance contrast. 6. End caps shall be sloped at 70 degrees to create depth. 7. Luminaire to have smooth transition between T-bar and reflector arch. No doorframe or exposed hardware. 8. Polymeric materials (if used) of enclosures containing either the power supply or electronic components of the luminaire shall be made of UL94VO flame retardant materials. Luminaire lenses are excluded from this requirement. 9. Integral Grid Clips required on recessed mounted luminaires along with integral tie wire mounting points. 10. Luminaire to have air removal capability as specified. 11. The assembly and manufacturing process for the SSL luminaire shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration. E. LED Sources 1. LEDs shall be manufactured by: a. Nichia b. Samsung c. Osram 2. Lumen Output — minimum initial lumen output of the luminaire shall be as follows for the lumens exiting the luminaire in the 0-90 degree zone - as measured by IESNA Standard LM-79-08 in an accredited lab. Exact tested lumen output shall be clearly noted on the shop drawings. 3. Lumen output shall not decrease by more than 20% over the minimum operational life of 50,000 hours. 4. Individual LEDs shall be connected such that a catastrophic loss or the failure of one LED will not result in the loss of the entire luminaire. 5. LED Boards shall be suitable for field maintenance or service from below the ceiling with plug-in connectors. LED boards shall be upgradable. 6. Light Color/Quality a. Correlated Color temperature (CCT) range as per specification, between 3500K, 4100K and 5000K shall be correlated to chromaticity as defined by the absolute (X,Y) coordinates on the 2-D CIE chromaticity chart. b. The color rendition index (CRI) shall be 80 or greater. c. Color shift over 6,000 hours shall be <0.007 change in u' v' as demonstrated in IES LM80 report. F. Power Supply and Driver CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 265000-8 LIGHTING SYSTEM Page 8 of 12 1. Driver: AccuDrive, 120-277 Volt, UL Listed, CSA Certified, Sound Rated A+. Driver shall be greater than 80% efficient at full load across all input voltages. Input wires shall be #18 AWG solid copper minimum. 2. Driver shall be suitable for full -range dimming. The luminaire shall be capable of continuous dimming without perceivable flicker over a range of 100% to 5% of rated lumen output with a smooth shutoff function. Dimming shall be controlled by a 0-10 volt signal. 3. Driver shall be UL listed. 4. Maximum stand-by power shall be one watt. 5. Driver disconnect shall be provided where required to comply with codes. 6. The electronics/power supply enclosure shall be internal to the SSL luminaire and be accessible per UL requirements. 7. The surge protection which resides within the driver shall protect the luminaire from damage and failure for transient voltages and currents as defined in ANSI/IEEE C64.41 2002 for Location Category A, where failure does not mean a momentary loss of light during the transient event. G. Electrical 1. Operation Voltage - The luminaire shall operate from a 50 or 60 Hertz ±3 Hertz AC line over a voltage ranging from 120 volts AC to 277 volts AC. The fluctuations of line voltage shall have no visible effect on the luminous output. The standard operating voltages are 120 volts AC, 277 volts AC, 347 volts AC. 2. Power Factor: The luminaire shall have a power factor of 90% or greater at all standard operating voltages and full luminaire output. 3. THD: Total harmonic distortion (current and voltage) induced into an AC power line by a luminaire shall not exceed 20% at any standard input voltage. 4. Surge Suppression: The luminaire shall include surge protection to withstand high repetition noise and other interference. 5. RF Interference: The luminaire and associated onboard circuitry must meet Class A emission limits referred in Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 Non -Consumer requirements for EMI/RFI emissions. 6. Electrical connections between normal power and driver must be modular utilizing a snap fit connector. All electrical components must be easily accessible after installation and be replaceable without removing the fixture from the ceiling. 7. All electrical components shall be RoHS compliant. H. Exit Sign: UL listed. Provide with automatic power failure device with integral self - testing module and fully automatic high/low trickle charger in a self-contained power pack. Battery shall be sealed electrolyte type; shall operate unattended; and require no maintenance, including no additional water, for a period of not less than five years. LED exit sign shall have emergency run time of 1-1/2 hours (minimum). The light emitting diodes shall have rated lamp life of 70,000 hours (minimum). All exit sign fixtures shall be rated maximum of five watts per fixture. I. Photometric Requirements 1. Luminaire performance shall be tested as described herein. 2. Luminaire performance shall be judged against the specified minimum illuminance in the specified pattern for a particular application. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 265000-9 LIGHTING SYSTEM Page 9 of 12 3. Luminaire lighting performance shall be adjusted (depreciated) for the minimum life expectancy (Section 2.2.5). 4. The performance shall be adjusted (depreciated) by using the LED manufacturer's data or the data from the IESNA Standard TM-21 test report, which ever one results in a higher level of lumen depreciation. 5. The luminaire may be determined to be compliant photometrically, if: a. The initial minimum illuminance level is achieved in 100% of the area of the specified lighting pattern. b. The measurements shall be calibrated to standard photopic calibrations. c. Add specific project requirements. J. Thermal Management 1. The thermal management (of the heat generated by the LEDs) shall be of sufficient capacity to assure proper operation of the luminaire over the expected useful life (Section 1.2.9 c). 2. The LED manufacturer's maximum junction temperature for the expected life (Section 1.2.9 c) shall not be exceeded at the average operating ambient (Section 1.2.4). 3. The LED manufacturer's maximum junction temperature for the catastrophic failure shall not be exceeded at the maximum operating ambient (Section 1.2.5). 4. The luminaire shall have an UL IC rating. 5. The Driver manufacturer's maximum case temperature shall not be exceeded at the maximum operating ambient. Thermal management shall be passive by design. The use of fans or other mechanical devices shall not be allowed. K. Emergency Lighting Battery Units 1. Emergency lighting units shall be as specified in the Lighting Fixture Schedule shown on the Drawings. 2. Battery units shall be of the self-contained, fully automatic type with sealed lead acid batteries, volt -meters. 3. Unit enclosures shall be compatible to their environment and units shall comply with the requirements of NFPA 70 (NEC). 4. It shall be the responsibility of the contractor to provide all necessary mounting hardware. 5. Shall be factory installed and provide a range of 800 to 14001umens of light for 90 minutes. Output is based on the size and wattage of the luminaire. 6. Integral or remote test switch shall be provided as per specification. L. Flexible Fixture Hangers l . Flexible fixture hangers used in non -hazardous areas shall be type ARB and flexible fixture supports used in hazardous areas shall be Type EFH as manufactured by the Crouse -Hinds Co., similar by Appleton Electric Co; Killark a Division of Hubbell Inc.; or equal. 2. All pendent -mounted and recessed in suspended ceilings, recessed lighting fixtures shall be provided with four anti -sway supports to meet Type II seismic requirements. M. Portable Fixtures 1. Explosion -proof Portable Handlamp CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 50 00 - 10 LIGHTING SYSTEM Page 10 of 12 a. An explosion -proof handlamp complete with heavy duty, Type SO, 50-foot cord and plug shall be furnished. The handlamp shall be manufactured by Appleton Electric Co.; the plug shall be manufactured by Appleton Electric Co., similar to Daniel Woodhead Co. or equal. 2. Vapor -tight Portable Handlamp a. A vapor -tight handlamp with reflector shall be furnished complete with 50-foot cord and grounding plug. The handlamp shall be manufactured by Daniel Woodhead Co., similar by Appleton Electric Co. or equal. N. Emergency Lighting Battery Units 1. Emergency lighting units and remote lighting heads shall be as specified in the Lighting Fixture Schedule shown on the Drawings. 2. Battery units shall be of the self-contained, fully automatic type with sealed lead acid batteries, volt -meters and time delay relays where used in H.I.D. lighted areas. 3. Unit enclosures shall be compatible to their environment and units shall comply with the requirements of NFPA 70 (NEC). 4. All necessary mounting hardware shall be provided. O. Flexible Fixture Hangers 1. Flexible fixture hangers used in non -hazardous areas shall be type ARB and flexible fixture supports used in hazardous areas shall be Type ECHF as manufactured by the Crouse -Hinds Co., similar by Appleton Electric Co.; Killark Electrical Mfg. Co. or equal. P. Lamp Changing Equipment 1. Lamp changing equipment shall be able to handle BT-37, ED-18, ED-23-1/2 and ED-28 type H.I.D. lamps in open luminaries. 2. Equipment shall consist of three five-foot steel poles each similar and equal to McGill Catalog No. 160-P and two lamp holders similar and equal to McGill Catalog Nos. 158C and 161C. PART 3 - EXECUTION 3.1 INSTALLATION A. The location of lighting fixtures shown on the Drawings is approximate. The Contractor shall install the lighting fixtures after major ducts and piping are installed, to avoid conflicts. He shall install the fixtures to avoid shadows and blocking of light, relocating the fixtures as necessary, at no cost to the Owner. B. Each fixture shall be a completely finished unit with all components, mounting and/or hanging devices necessary, for the proper installation of the particular fixture in its designated location and shall be completely wired ready for connection to the branch circuit wires at the outlet. C. All flush mounted fixtures shall be supported from the structure and shall not be dependent on the hung ceilings for their support. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 26 50 00 - It LIGHTING SYSTEM Page I I of 12 D. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types suited for the type ceiling involved. Troffers (2 X 4), provided in suspended ceiling grids, shall be installed with safety clips to hold the fixture securely in the ceiling grid. It shall be the responsibility of the Contractor to verify the ceiling types prior to ordering fixtures. E. Flexible fixture hangers shall be used for all pendant mounted fixtures. Fixtures two feet long and larger shall be supported with a minimum of two fixture hangers. F. Conduit run in areas with hung ceilings shall be installed in the space above the hung ceiling as close to the structure as possible. Conduits shall be supported from the structure. G. Exterior lighting poles shall be mounted plumb. H. Fixture locations are shown on the Drawings in approximate locations; however exact locations shall be coordinated so as to avoid conflicts with HVAC ducts, equipment and other obstacles. 3.2 REPLACEMENT A. Lamps (except for H.I.D.) used during the building construction, prior to two weeks from completion of the work, shall be removed and replaced with new lamps. 3.3 CLEANING UP A. Clean electrical parts to remove conductive and deleterious materials. B. Remove dirt and debris from lens enclosures. l . For cleaning acrylic lenses or diffusers, use a feather duster or dry cotton cheesecloth to rid the lens/diffuser of any minor dust. For fingerprints, smudges, or other dirt present, use an ammonia -based cleaner (such as Windex) and wipe carefully with cotton cheesecloth (so as to avoid injury from any prismatic texture of the lens). 2. Job site contamination may not necessarily be removed using the above recommendations. In that case the lens would need to be replaced. C. Clean photometric control surfaces as recommended by manufacturer. D. Plastic dust cover bags to be provided with new parabolic reflector lighting fixtures shall be removed after all construction activity that may cause dust formation on reflector surfaces has been completed. E. All fixtures shall be left in a clean condition, free of dirt and defects, before acceptance by the Owner/Engineer. END OF SECTION CITY OF FORT WORTH SSIV Flux Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 26 50 00 - 12 LIGHTING SYSTEM Page 12 of 12 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number I03116-2 Revised May 11,2022 IVISION UTILITIES 3305 10 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART1- 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. Modification of paragraph 2.2. A. 5, a. 2. Modification of paragraph 2.2. A. 5. d. 3. Add paragraph 3.4. D. 1. i. 4. Modification of paragraph 3.4. D. 1. 1. 5. Add paragraph 3.4. D. 2. k. 6. Modification of paragraph 3.4. D. 2. n. 7. Modification of paragraph 3.4. E. 3. a. 8. Add paragraph 3.4. E. 3. b. C. Related Specification Sections include, but are not necessarily limited to: l . 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 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) CITY OF FORT WORTII SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cith, Project Number 103116-2 Revised April 2, 2021 3305 10-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 8. Section 31 10 00 —Site Clearing 9. Section 3125 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) 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. 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) 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. c. The price bid shall include: 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 330510-3 UTILITY TRENCII EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 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 WORTI I SSIV Flow Transfer Station STANDARD CONSTRUCFION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised April 2, 2021 INITIAL BACKFILL z w 0 ca SPRINGLINE w MUNCHING BEDDING FOUNDATION 3305 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 "PAVED AREAS` UNPAVED AREAS V A EXCAVATED TRENCH WIDTH w z 0 N w Q �u ■ OD CLEARANCE 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 C136-01 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2; 2021 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 0133 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 C TTY OF FORT WORTI I SSIV Flow Tram.+jer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 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 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 3125 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. 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 3125 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. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-1 Revised April 2, 2021 330510-7 UTTLITY'rRENCII EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loaf OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Materials l . 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 1/211 0 1/4" 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 C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. CITY OF FORT WORTH SSIV Flow Trans r.Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 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, CA4-, 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 at least 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 Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 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 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 C 142, 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 D 1633, Method A CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 3305 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 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 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. CITY OF FORT WORTI I SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite' Project Number 103/16-2 Revised April 2, 2021 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 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 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. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 330510 -11 UTILITY TRENCII EXCAVATION, EMBEDMENT, AND BACKFILL Page I 1 of 21 a. Notify the City's Traffic Services 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 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih, Project Number 103116-2 Revised April 2, 2021 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 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. 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, groundwater 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 CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 330510 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of21 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. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 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. Place embedment and in loose lifts not to exceed 12 inches and compact j. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. k. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. 1. Compact embedment to 95% maximum index densitv and initial backfill to 95 percent Standard Proctor ASTM D 698. in. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 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. CITY OF FORT WORTH SSIVFlou, Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Prqject Number 103116-2 Revised April 2, 2021 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 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) f3 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 embedment and in loose lifts not to exceed 12 inches and compact 1. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. in. Where gate valves are present, the initial backfill shall extend to up to the valve nut. n. Compact the embedment to 95% maximum index density and initial backfill to 95 percent Standard Proctor ASTM D 698. o. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. p. Place trench geotextile fabric on top of the initial backfill. q. 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) f 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. in. Density test 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. CITY OF FORT WORTH SSIVFiow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 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. g. The pipe line shall be within t0.1 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. in. 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 t0. I 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. CITY OF FORT WORTH SW FIom Transfer SIution STANDARD CONSTRUC FION SPECIFICA FION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 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. 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 t0.1 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 t0.1 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 3305 10 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of21 b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding maybe required if groundwater 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 depth less than 15 feet 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 pavement or future pavement) 1) Backfill depth from 0 tol5 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 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or CITY OF FORT WORTH SS/V Floir Trun#f r Stution STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cirr Project Number 1031/6-2 Revised April 2, 2021 3305 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 b) Blended backfill material d. 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/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 D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths less than 15 feet/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. 2) CSS or CLSM requires no compaction. c. 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. 2) CSS or CLSM requires no compaction. d. Final backfill (depths 15 feet and greater/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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of21 c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM 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: I ) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 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 Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: I) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: CITY OF FORT WORTH SSIV Flow Trcin#6—Slation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 3305 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 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 City. d. The commercial testing lab will perform moisture/density test for every 200-ft or less of trench length, as measured along the length of the pipe. A minimum of one test shall be performed for every 2 vertical feet of compacted backfill material, independent of the contractor's lift thickness for compaction. Test locations shall be staggered within each lift so that successive lifts are not tested in the same location. A random number generator may be used to determine test locations. Moisture/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the final grade. The project inspector or project manager may request testing at an increased frequency and/or at specific locations. e. The contractor can proceed with subsequent earthwork only after test results for previously completed work comply with requirements. If the required compaction density has not been obtained, the backfill should be scarified and moistened or aerated, or removed to the 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 testing. g. A formal report will be posted to the City's Accela (Developer Projects) and BIM360 (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 test 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised April 2, 2021 3305 10 - 2l UTILITY TRENCII 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 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3A.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 12/12/16 Z. Arega 2.2.A.Ld Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORTH SS/YFlou, Tian#s rStation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Prgject Number 103/16-2 Revised April 2, 2021 3305 16- 1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. Add varauraph 2.2 B.I. 2. Modifv paragraph 2.2 B.2.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 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Pressure Sustaining Valve Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACI): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures CITY OF FORT WORTH SSIV Flow Transfer Sicrtion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citi, Project Number 103I16-2 Revised December 20, 2012 3305 16 - 2 CONCRETE WATER VAULTS Page 2 of 5 c. C858, Standard Specification for Underground Precast Concrete Utility Structures d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 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 SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised December 20, 20I2 3305 16 - 3 CONCRETE WATER VAULTS Page 3 of 5 PART 2- PRODUCTS 2.1 OWNER -FURNISHED IORJ OWNER -SUPPLIED PRODUCTS ]NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, 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 0125 00. B. Performance / Design Criteria 1. Design Criteria a. Precast reinforced concrete vault shall conform: 1) To the requirements of ASTM C857 and C858 for underground precast concrete utilitv structures. 2) Be designed for the specific site conditions and construction document requirements. 3) Be designed to resist buovant forces due saturated soil. b. Wall and slab minimum thicknesses shall be as calculated to resist design forces, but shall not be less than that required for: manufacture and handling; proper embedment of access hatch; proper installation of pipe penetration seal, pipe thrust forces. 2. Vault a. Vault interior dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 3. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 4. Vault Access a. Cover / Door 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. CITY OF FORT WORTH SSIV Flow TransJer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciir Project Number 103116-2 Revised December 20, 2012 3305 16 - 4 CONCRETE WATER VAULTS Page 4 of 5 C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C 1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume t 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] R*4w*3:YO"L .11H61 1 A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised December 20, 2012 330516-5 CONCRETF. WATER VAULTS Page 5 of 5 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D.Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.13.3 — Modified vault hatch door and ladder requirements 2.2.C.6 — Modified rubber seal requirements CITY OF FOR,r WORTII SS1VFluu Transfer Ralion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised December 20, 2012 SECTION 33 11 10 DUCTILE IRON PIPE PART 1- GENERAL 1.1 SUMMARY 33 11 10- 1 DUCTILE. IRON PIPE 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. Add paragraph 1.9.A.l.d. 2. Modify paragraph 2.2.B.6.b.5). 3. Modifv paragraph 2.2.B.6.b.7).a). 4. Modify paragraph 2.2.B.6.b.9). C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 01 3I — 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) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses CITY OF FORT WORTH SS1VFlow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 14 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. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. 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. 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: I03116-2 Revised December 20, 2012 33 11 10-3 DUCTILE IRON PIPE. Page 3 of 14 g. 13633, 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. C 11 I/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 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 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 CITY OF FORT WORTH SS1V Flow Trans/er Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citr ProjectNtanher: 103116-2 Revised December 20, 2012 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 14 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. Lay schedule/drawing for 24-inch and Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates greater diameters, sealed by a Licensed 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 B 117. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 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. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. d. Approved manufacturers include American Ductile Iron Pipe Co., US Pipe, and McWane Pipe Co. No other Suppliers will be allowed. 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 103116-2 Revised December 20, 2012 33 It 10-5 DUCTILE [RON PIPE Page 5of14 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 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed 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 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 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 CITY OF FORT WORTH SNV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Projecl Number: 103116-2 Revised December 20, 2012 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 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 (P,,) = 150 psi. unless hiEher pressures are shown on the drawines. 6) Surge Allowance (Ps) = 100 psi 7) Design Internal Pressure (Pi) = PW + P, or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure shall be in accordance with Section 33 04 40. = "(1) No lcc® tP= pi; mirnk-mAw.) f the pipeline 0 at t the highest elo a4ie (2) No Iem tkw- 1.5 minimum) t the lowest ele ,.. iea f the test seetion 8) Maximum Calculated Deflection (DX) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 per-eefA 200 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. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. 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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 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 CI I I/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 Cl 15/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 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 l) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA Cl 15. a) Provide bolts and nuts in accordance with Section 33 11 05, 12. Flange Coatings a. Connections to Steel Flanges l) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. CITY OF FORT WORTII ` SSIV Floe Trans%r Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (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 CITY OF FORT WORTH SSIV Floe Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 1031/ 6-2 Revised December 20, 2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 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 CI04/A2I.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, I0 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken 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. 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 A. Restrained Flexible Couplings 1. Provide restrained flexible joint couplings or restrained flexible joints on all pipes connecting to concrete structures and at other locations shown on the Drawings. Restrained flexible couplings shall be Victaulic Depend-O-Lok F x F Type II or approved equal. Restrained flexible joints shall be U.S. Pipe "TR Flex", American Ductile Iron Pipe "Flex Ring", Clow Corporation "Super -Lock", or approved equal. CITY OF FORT WORTH SS/VF/oic Trunsjerkation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number: 1031 /6-2 Revised December 20, 2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 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. 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 CI I I/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. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 33 11 10- 11 DUCTILE IRON PIPE Page I I of 14 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 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 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. 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) CITY OF FORT WORTH SSIVFIow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit1v Project Number. 103116-2 Revised December 20, 2012 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 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. 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. 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 Pipe: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 103116-2 Revised December 20, 2012 33 11 10 - 13 DUCTILE. IRON PIPE Page 13 of 14 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 I 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 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 Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED[ 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pr•gicct Number: 103116-2 Revised December 20, 2012 DATE 12/20/2012 NAME SUMMARY OF CHANGE 1.2.A. l .b. — Updated Payment types 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number; 103116-2 Revised December 20, 2012 SECTION 33 12 16.21 PRESSURE SUSTAINING VALVES PART 1- GENERAL 1.1 SUMMARY A. General 33 12 16.21 - I PRF,SSURE SUSTAINING VALVES Pagel of 6 1. Furnish labor, materials, equipment, and appurtenances necessary to install and test the pressure sustaining valves with solenoid control as 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 11 10 —Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the construction of the Flow Transfer Station. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to Flow Transfer Station and shall be subsidiary to the unit price bid per lump sum of Flow Transfer Station complete in place, and no other compensation will be allowed. b. Payment for Flow Transfer Station shall include all material, labor, equipment to install Flow Transfer Station as shown in plans and specifications, including excavation, backfill, concrete, flowable fill; vaults; valves, pumps, and piping inside the vaults and in the Flow Transfer Station yard; electrical, instrumentation, SCADA, antenna; and all other items for a complete and functioning flow transfer station. 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 (AW WA): a. C111, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings b. C550, Protective Interior Coatings for Valves and Hydrants c. C651, Disinfecting Water Mains 3. American National Standards Institute (ANSI) standards: a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, I25, and 250 b. B16.5, Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Metric/Inch Standard IN Floir Transfer Station City Project Number 103116-2 33 12 16.21 - 2 PRESSURE SUSTAINING VALVES Page 2 of 6 c. B16.21, Nonmetallic Flat Gaskets for Pipe Flanges 4. ASTM International (ASTM) standards: a. A536, Standard Specification for Ductile Iron Castings b. B62, Standard Specification for Composition Bronze or Ounce Metal Castings 5. NSF International a. Standard 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. Shop Drawings. B. Operation and Maintenance Manuals. C. Anti -Cavitation Calculations from the valve manufacturer. D. Product Data 1. The valve manufacturer shall be able to supply a complete line of equipment from 1-1/4-inch through 36-inch sizes and a complete selection of complementary equipment. 2. The valve manufacturer shall also provide a computerized cavitation chart which shows flow rate, differential pressure, percentage of valve opening, CV factor, system velocity, and if there will be cavitation damage. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Experience Requirements: 1. Valves shall be the product of a manufacturer who has a least 10 years' experience of successful experience in the design, manufacture, and application of hydraulically controlled (pilot piping and valve arrangement) valves based on water system pressure used in water service and have controls to close the valve. B. Manufacturer's Representative: The valve manufacturer shall furnish the services of a competent service technician for the duration of time necessary to assist in the installation, adjustment and start- up operation, and field acceptance testing. The technician shall instruct City personnel in the proper care, maintenance, adjustment, and operation of the equipment and shall issue a written certification that the equipment has been properly installed. C. All pressure sustaining valves and associated appurtenances for potable water systems shall conform to NSF Standard 61 and must be certified by an organization accredited by ANSI. SS/V Flow Transfer Station City Project Number 103116-2 33 12 16.21 - 3 PRESSURE SUSTAINING VALVES Page 3 of 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS A. The equipment furnished under this Section shall be suitable for use in a potable municipal water system. The equipment will be installed at the valve vault (as shown on the Drawings); the pressure sustaining valve shall be capable to continuously flow up to 1700 gpm with a pressure drop of not more than 5 psi across the valve. 1.12 WARRANTY A. Manufacturer shall warrant the pressure sustaining valve with solenoid control for a period of three years against defects in materials, workmanship, and operational failure. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Acceptable Manufacturers: 1. Bermad 2. Cla-Val 3. Singer Valve 4, GA Industries 5. Approved Equal B. Pressure Sustaining Valve 1. Function: a. The pressure sustaining valve with solenoid control shall maintain a minimum preset upstream pressure regardless of changing flow rate and/or downstream pressure. The valve shall open or close in response to an electric signal. 2. Main Valve: a. The valve shall be hydraulically operated, single diaphragm -actuated, globe pattern. The valve shall consist of three major components: the body, with seat installed; the cover, with bearings installed; and the diaphragm assembly. The diaphragm assembly shall be the only moving part and shall form a sealed chamber in the upper portion of the valve, separating operating pressure from line pressure. Packing glands and/or stuffing boxes are not permitted and there shall be no pistons operating the main valve or pilot controls. 3. Main Valve Body: a. No separate chambers shall be allowed between the main valve cover and body. Valve body and cover shall be of cast Ductile Iron with 316 Stainless Steel trim and epoxy coated interior/exterior per AWWA C550. b. The main valve seat and the stem bearing in the valve cover shall be removable. The cover bearing shall be threaded into the cover. The main valve seat shall be held in with machine screws. To insure proper alignment of the valve stem, the valve body and cover shall be machined with a locating lip. No "pinned" covers to the valve body shall be permitted. SS/V Flow Transfer Station Citt' Prgiecl Number 10.3116-2 33 12 16.21 - 4 PRESSURE SUSTAINING VALVES Page 4 of 6 c. Cover bearing, disc retainer, and seat shall be made of the same material. All necessary repairs and/or modifications other than replacement of the main valve body shall be possible without removing the valve from the pipeline. 4. Pressure Sustaining Valve Materials: IDescription Specification Pressure Rating 250 psi maximum Main Valve Body & Ductile Iron per ASTM A536 Cover Main Valve Trim 316 Stainless Steel End Detail Flanged Rubber Material EPDM Coating Interior/Exterior Epoxy Coating per AWWA C550 Temperature Range to 180 F 5. Pilot Control System: a. The pressure sustaining pilot control shall be a direct -acting, adjustable, spring - loaded, normally open, valve designed to permit flow when controlled pressure is more than the spring setting. The pilot system shall include an adjustable opening speed control and isolation valves for maintenance/test purposes. 6. Pilot Control Materials: Description Specification Body & Cover Bronze Trim 316 Stainless Steel Tubing and Fittings Copper and Brass Adjustment Range 45 to 85 PSI Target Open Pressure 64-66 PSI Operating Fluids Potable Water Gaskets EPDM 2.3 ACCESSORIES A. Solenoid Control 1. The control system shall consist of a 2-way adjustable, direct acting pressure sustaining pilot valve, a needle valve, isolating cock valves, a filter, and a 2-Way solenoid pilot. All fittings shall be brass or stainless steel. The assembled valve shall be hydraulically tested and factory adjusted. 2. Solenoid operating voltage 120V AC. Operator shall have discrete input contacts for OPEN and CLOSE commands from SCADA. 2.4 SOURCE QUALITY CONTROL A. The valve, pilot piping, opening and closing control valves, and other appurtenances shall be completely assembled, wired and tested at the factory. The valve seats shall be adjusted at the factory for correct seating. SSIVFlow Transfer Station City Project Number 103116-2 33 12 16.21 - 5 PRESSURE SUSTAINING VALVES Page 5 of 2.5 LIMIT SWITCHES A.Limit switches shall be dry contacts and shall be independently adjustable at the open and closed limit. Auxiliary limit switches shall have isolated Form A or B contacts rated for 10 amps at 120 VAC. B.Two limit switches are required. Limit switches shall be furnished for valve control and for remote and local Open and Close indications. C. Valve Limit Switch Settings. The first limit switch (LS I) shall indicate valve fully closed and the second limit switch (LS2) shall indicate the valve is fully open. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install the pressure sustaining valve with solenoid control in accordance with the manufacturer's recommendations and as shown on the Drawings. B. Install pressure gauges such that they can be read from above without having to enter the valve vault. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Upon completion of the installation of the equipment, an acceptance test to verify the satisfactory operation of the valve shall be performed. The test shall be conducted in a manner, approved by and in the presence of the Engineer. The valve manufacturer's representative shall be present during the valve acceptance test. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. All adjustments will be performed in accordance with the valve manufacturer's instructions and as approved by the Engineer. SSIV Row Transfer Station C'itr Project Number 103116-2 33 12 16.21 - 6 PRESSURE SUSTAINING VALVES 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 Page 6 of 6 SS1V Flow Transfer Station Cite Project Number 103116-2 DIVISION 40 PROCESS INTEGRATIONS 406100-1 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Pane 1 of 14 1 SECTION 40 6100 2 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS 3 PART1- GENERAL 4 1.1 SCOPE OF WORK 5 A. Furnish all labor, materials and equipment required to provide, install, test and make 6 operational, a Process Instrumentation and Control System as specified herein and 7 related specifications, and as shown on the Drawings. 8 B. The work shall include furnishing, installing and testing the equipment and materials 9 detailed in each Section of Division 40 Process Control System Sections. 10 C. Throughout the Process Control System Sections of Division 40, the term Contractor 11 shall refer to the General Contractor. 12 D. Equipment furnished as a part of other Divisions and shown on the Instrumentation 13 and/or Electrical Drawings shall be integrated into the overall Instrumentation System 14 under the Process Control System Sections of this Division. Instrumentation specified 15 in other Divisions shall meet the Specification requirements of the Process Control 16 System Sections of this Division. 17 E. The Contractor shall provide the services of specialized personnel that meet all of the 18 qualifications of a Process Control Systems Integrator (PCSI) who shall perform all 19 work necessary to select, furnish, configure, customize, debug, install, connect, 20 calibrate, and place into operation all process control system instrumentation hardware 21 specified within this Division, except for application software programming, which is 22 specified for Programmable Logic Controllers (PI -Cs), as described in Section 40 68 60 23 Application Services Provider. The PCSI shall coordinate with the Owner/ Engineer 24 and ASP, for all scheduling, installation, and startup services. The PCSI shall have 25 qualifications as described herein. the personnel meeting these qualifications shall be 26 submitted as part of the project plan submittal as described below. The personnel need 27 not be direct employees of the contractor but shall be employed by a firm with a direct 28 subcontract to the contractor. 29 F. The Contractor shall provide the services of an Application Services Provider (ASP) for 30 all work as specified in Section 40 68 60. The ASP shall have qualifications as 31 described herein. 32 G. The Contractor shall coordinate, and schedule all required testing with the General 33 Contractor, Owner, Engineer, PCSI and ASP. 34 H. The work shall include the following: 35 1. Make connections, including field connections and interfacing between 36 instrumentation, controllers, control devices, control panels and instrumentation 37 furnished under other Divisions. The Contractor shall coordinate his construction 38 schedule and instrumentation and control interface with the supplier of 39 instrumentation and control equipment specified under other Divisions. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-2 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 2 of 14 1 2. Make wiring terminations for all field -mounted instruments furnished and mounted 2 under other Divisions, including process instrumentation primary elements, 3 transmitters, local indicators and control panels. Install vendor furnished cables 4 specified under other Divisions. 5 3. Auxiliary and accessory devices necessary for system operation or performance to 6 interface with existing equipment or equipment provided by other suppliers under 7 other Sections of these specifications, shall be included whether they are shown on 8 the Drawings. These devices include, but are not limited to, transducers, current 9 isolators, and signal conditioners, interposing relays or protocol converters. 10 4. System design shall allow removing individual devices from service without 11 disrupting other unrelated devices in service. 12 5. Equipment shall be fabricated, assembled, installed, and placed in proper operating 13 condition in full conformity with detail drawings, specifications, engineering data, 14 instructions, and recommendations by the equipment manufacturer as approved by 15 the Engineer. 16 6. Actual installation of the system need not be performed by the Contractor's PCSI 17 employees; however, the PCSI shall provide the on -site technical supervision of the 18 installation. 19 7. The PCSI shall furnish equipment which is the product of one manufacturer to the 20 maximum practical extent. Where this is not practical, all equipment of a given type 21 shall be the product of one manufacturer. 22 8. All materials, equipment, labor, and services necessary to achieve the monitoring 23 and control functions described herein shall be provided in a timely manner so that 24 the monitoring and control functions are available when the equipment is ready to 25 be placed into service. 26 1.2 RELATED WORK 27 A. Wherever references are made to Related Work in other Specification Sections of the 28 Specifications, the Contractor is to provide such information or work as may be 29 required in those references and include such information or work as may be specified. 30 B. All Instrumentation work related to Process and Mechanical Divisions equipment that is 31 shown on the Instrumentation Drawings shall be provided under Division 40 Process 32 Control System Sections unless otherwise explicitly shown. 33 C. All instrumentation Equipment and work provided under any Division of the 34 Specifications shall fully comply with the requirements of Division 40 Process Control 35 Systems Sections. 36 D. No references are made to any other section which may contain work related to any 37 other section. The Contract Documents shall be taken as a whole with every section 38 related to every other section as required to meet the requirements specified. The 39 organization of the Contract Documents into specification divisions and sections is for 40 organization of the documents themselves and does not relate to the division of 41 suppliers or labor which the Contractor may choose to employ in the execution of the 42 Contract. Where references are made to other Sections and other Divisions of the 43 Specifications, the Contractor shall provide such information or additional work as may 44 be required in those references and include such information or work as may be 45 specified. 46 E. Other Divisions CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 4061 00 - 3 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 3 of 14 1 I. The Contractor shall be responsible for examining all Sections of the Specifications 2 and Drawings and shall determine the power and wiring requirements and shall 3 provide appurtenances, as required to provide a fully functioning process control 4 system. If the equipment requires added options, due to different equipment being 5 supplied, the Contractor shall furnish the additional appurtenances and/or wiring, 6 with no change in the Contract Price, and with no increase in Contract Time. 7 1.3 SUBMITTALS 8 A. Submittal Process 9 1. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, 10 materials and all other equipment specified under each Instrumentation Section of 11 Division 40, except where specifically stated otherwise. An individually packaged 12 submittal shall be made for each Section and shall contain all of the information 13 required by that Section, unless specifically directed otherwise by the submittal 14 requirements of that section. Partial submittals will not be accepted and will be 15 returned un-reviewed. 16 B. No submittals will be accepted for Section 40 61 00, except for the qualifications of the 17 Contractor's PCSI and the Contractor's ASP, as specified herein, and the Project Plan, 18 Schedule and Deviation List Submittal. 19 C. Each Section submittal shall be complete, contain all of the items listed in the 20 Specification Section, and shall be clearly marked to indicate which items are 21 applicable on each cut sheet page. The Submittal shall list any exceptions to the 22 Specifications and Drawings, and the reason for such deviation. Shop drawings, not so 23 checked and noted, will be returned un-reviewed. 24 D. The Contractor shall check shop drawings for accuracy and Contract Requirements 25 prior to submittal to the Engineer. Errors and omissions on approved shop drawings 26 shall not relieve the Contractor from the responsibility of providing materials and 27 workmanship required by the Specifications and Drawings. Shop drawings shall be 28 stamped with the date checked and a Statement indicating that the shop drawings 29 conform to Specifications and Drawings. Only one Specification Section submittals will 30 be allowed per transmittal unless sections are indicated for grouping in the individual 31 sections. 32 E. Material shall not be ordered or shipped until the shop drawings have been approved. 33 No material shall be ordered, or shop work started if shop drawings are marked 34 "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or 35 "NOT APPROVED". 36 F. Shop Drawings, O&M Manuals, and other documentation shall be submitted as listed in 37 each of the individual Instrumentation Specification Sections. 38 1. Submit operations and maintenance data for equipment furnished under this 39 Division, in accordance with Division 1. The manuals shall be prepared specifically 40 for this installation and shall include catalog data sheets, drawings, equipment lists, 41 descriptions, parts lists and operating and maintenance instructions. 42 2. Manuals shall include the following as a minimum: 43 a. A comprehensive index. 44 b. A complete "As -Built" set of approved shop drawings. 45 c. A complete list of the equipment supplied, including serial numbers, ranges and 46 pertinent data. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-4 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 4 of 14 1 d. A table listing of the "as left" settings for all timing relays and alarm and trip 2 setpoints. 3 e. System schematic drawings "As -Built", illustrating all components, piping and 4 electric connections of the systems supplied under this Division. 5 f. Detailed service, maintenance and operation instructions for each item supplied. 6 g. Special maintenance requirements particular to this system shall be clearly 7 defined, along with special calibration and test procedures. 8 h. The operating instructions shall also incorporate a functional description of the 9 entire system, with references to the systems schematic drawings and 10 instructions. 11 i. Complete parts list with stock numbers, including spare parts. 12 G. Record Drawings shall be promptly furnished when the equipment installation is 13 complete. Payment will be withheld until Record Drawings have been furnished and 14 approved. The PCSI shall provide markups on all Process and Instrumentation Contract 15 Drawings. 16 H. At the time of delivery of the equipment, the Contractor shall have an approved shop 17 drawing in his possession for the Owner's Inspector and Owner's Engineer's 18 verifications. 19 I. Project Plan, Schedule and Deviation List Submittal 20 1. Submit, as soon as possible following PCSI's receipt of Notice to Proceed, a Project 21 Plan, Schedule and Deviation List Submittal. The Project Plan, Schedule and 22 Deviation List Submittal shall be made and approved before any further submittals 23 will be accepted and prior to scheduling of the first PCSI coordination meeting. The 24 Project Plan, Schedule and Deviation List Submittal shall, as a minimum, contain 25 the following: 26 a. Overview of the Process Control System, clearly describing the PCSI's 27 understanding of the project work and interfaces to other systems; and 28 including a preliminary system architecture drawing and proposed project work 29 schedule detailing all PCSI's work activities. Description of PCSI's 30 understanding of the work shall be an original write-up authored by the PCSI. 31 Copying of the Scope of Work included herein or utilizing contract drawings in 32 any form shall not be acceptable. 33 b. Approach to work clearly describing how the PCSI intends to execute the work, 34 including detailed discussion of switchover, startup, replacement of existing 35 equipment with new, and other tasks as required by these specifications as 36 applicable. 37 c. Preliminary HMI software, PLC software, and PLC hardware list submittal 38 information shall be included solely for determining compliance with the 39 requirements of the Contract Documents prior to beginning development of 40 application programming. Review and approval of software and hardware 41 systems as part of this Project Plan stage shall not relieve the PCSI of meeting 42 all the functional and performance requirements of the system as specified 43 herein. Substitution of manufacturer or model of these systems after the 44 submittal is approved shall not be permitted without prior Engineer approval. 45 d. Details of personnel assigned to the project and organizational structure 46 including the PCSI's project manager, project engineer, and lead project 47 technicians. Include resumes of each key individual and specify in writing their 48 commitment to this project. 49 e. Preliminary coordination meeting agendas as specified herein. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-5 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 5 of I4 1 f. Preliminary training plan 2 g. Samples of shop drawings to be submitted in conformance with the 3 requirements of the Specifications shall be submitted. At a minimum include 4 samples of panel fabrication drawings, loop, and I/O wiring diagrams. 5 2. Exceptions to the Specifications or Drawings shall be clearly defined in a separate 6 Deviation List. The Deviation List shall consist of a paragraph by paragraph review 7 of the Specifications indicating acceptance or any proposed deviations, the reason 8 for exception, the exact nature of the exception and the proposed substitution so 9 that an evaluation may be made by the Engineer. The acceptability of any device or 10 methodology submitted as an "equal' or "exception" to the specifications shall be at 11 the sole discretion of the Engineer. If no exceptions are taken to the Specifications 12 or Drawings, the PCSI shall make a statement indicating so. If there is no statement 13 included by the PCSI, it shall be interpreted by the Engineer to mean that no 14 exceptions are taken. 15 3. A Project Schedule shall be prepared and submitted using an ISO/IEC 26300:2006 16 formatted file. The schedule shall be prepared in Gantt chart format clearly showing 17 task linkages for all tasks and identifying critical path elements. The PCSI's 18 schedule shall be based on and coordinated with the Contractor's and ASP's 19 schedules and must meet all field installation, testing, and startup milestones in 20 those schedules. Updates to this schedule when approved shall be resubmitted for 21 record before each construction milestone, or every month whichever is greater 22 4. The PCSI schedule shall illustrate all major project milestones including the 23 following: 24 a. Schedule for all subsequent project submittals: include in the time allotment, 25 the time required for Contractor submittal preparation, Engineer's review, and a 26 minimum of two complete review cycles. 27 b. Proposed dates for all required project Coordination Meetings. 28 c. Hardware purchasing, fabrication, and assembly (following approval of related 29 submittals) 30 d. Software purchasing and configuration (following approval of related 31 submittals) 32 e. Shipment of all instrumentation and control system equipment 33 f. Installation of all instrumentation and control system equipment 34 g. Duration and dates for all required testing activities. Testing schedule shall 35 include submittal of test procedures a minimum of 30 days prior to 36 commencement of testing. Schedule shall also include submittal of completed 37 documentation of testing activities for review and approval by the Engineer 38 prior to equipment shipment, startup, or subsequent project work. 39 h. The PCSI shall arrange the schedule to accommodate the requirements of the 40 ASP to develop, test, troubleshoot, and train the Owner's staff on the PLC and 41 HMI application and systems. The timing of these coordination efforts shall be 42 jointly determined by the ASP and PCSI; however, the PCSI shall include all 43 necessary costs to accommodate the minimum time slots in their overall project 44 schedule. All time allotments shall exclude any legal holidays, or days lost due 45 to delays caused by the Contractor or PCSI. 46 i. Include a schedule for system cutover, startup, and/or placing in service for 47 each major system. At a minimum, include the schedule for each process 48 controller and HMI server/workstation provided under this Contract. 49 j. Schedule for all training including submittal and approval of O&M manuals, 50 factory training, and field training CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-6 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 6 of 14 1.4 REFERENCE CODES AND STANDARDS 2 A. Instrumentation equipment, materials and installation shall comply with the National 3 Electrical Code (NEC and with the latest edition of the following codes and standards: 4 1. National Electrical Safety Code (NESC) 5 2. Occupational Safety and Health Administration (OSHA) 6 3. National Fire Protection Association (NFPA) 7 4. National Electrical Manufacturers Association (NEMA) 8 5. American National Standards Institute (ANSI) 9 6. Insulated Cable Engineers Association (ILEA) 10 7. The International Society of Automation (ISA) 11 8. Underwriters Laboratories (UL) 12 9. UL 508, the Standard of Safety for Industrial Control Equipment 13 10. UL 508A, the Standard of Safety for Industrial Control Panels 14 11. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 15 12. NFPA 79, Electrical Standard for Industrial Machinery 16 13. Factory Mutual (FM) 17 14. All equipment and installations shall satisfy applicable Federal, State, and local 18 codes. 19 B. Where reference is made to one of the above standards, the revision in effect at the time 20 of bid opening shall apply. 21 C. All material and equipment, for which a UL standard exists, shall bear a UL label. No 22 such material or equipment shall be brought onsite without the UL label affixed. 23 D. If the issue of priority is due to a conflict or discrepancy between the provisions of the 24 Contract Documents and any referenced standard, or code of any technical society, 25 organization or association, the provisions of the Contract Documents shall take 26 precedence if they are more stringent or presumptively cause a higher level of 27 performance. If there is any conflict or discrepancy between standard specifications, or 28 codes of any technical society, organization or association, or between Laws and 29 Regulations, the higher performance requirement shall be binding on the Contractor, 30 unless otherwise directed by the Owner/Engineer. 31 E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact 32 that compliance with the priority order specified shall not justify an increase in Contract 33 Price or an extension in Contract Time nor limit in any way, the Contractor's 34 responsibility to comply with all Laws and Regulations at all times 35 F. All control panels shall be constructed and the labeling shall be affixed in a UL 508 36 facility. 37 1.5 PROCESS CONTROL SYSTEMS INTEGRATOR (PCSI) 38 A. The Contractor shall provide the services of a City of Fort Worth pre -approved Process 39 Control Systems Integrator (PCSI) for all work under the instrumentation sections of 40 this and related Divisions, as described in this section and related sections. 41 B. Where shown on the Bid Documents, the Contractor shall name the proposed PCSI. 42 Only approved suppliers, as listed herein, will be accepted. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-7 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 7 of 14 1 C. Qualifications 2 1. The PCSI shall be a "systems house," regularly engaged in the design and 3 installation of control and instrumentation systems and their associated subsystems 4 as they apply to the municipal water or wastewater industry. For the purposes of 5 this and other applicable Divisions, a "systems house" shall be interpreted to mean 6 an organization that complies with all of the following criteria: 7 2. Employs a registered professional Control Systems Engineer or Electrical Engineer 8 in the state of Texas to supervise or perform the work required by this Specification 9 Section. 10 3. Employs personnel on this project who have successfully completed a 11 manufacturer's training course on the hardware configuration and implementation 12 of the specific programmable controllers, computers, and software proposed for this 13 project. 14 4. Has been in the water/wastewater industry performing the type of work specified in 15 this specification section for a minimum of five (5) continuous years. 16 5. The PCSI shall maintain a fully equipped office/production facility with full-time 17 employees capable of fabricating, configuring, installing, calibrating, 18 troubleshooting, and testing the system specified herein. Qualified repair personnel 19 shall be available and capable of reaching the facility within 24 hours. 20 6. PCSI shall have an Electrical Contractor's license in the State of Texas. 21 D. The PCSI shall be one of the following: 22 1. Prime Controls 23 815 Office Park Circle 24 Lewisville, Texas 75057 25 Attn: Brian Poarch 26 Phone: 972.221.4849 27 2. Richardson Logic Control 28 8115 Hicks Hollow 29 McKinney, Texas 75071 30 Attn: Michel Cunningham 31 Phone: 972.542.7375 32 3. WHECO Controls 33 8501 Jacksboro Highway 34 Fort Worth, Texas 76135 35 Attn: Kent Meyerhoeffer 36 Phone: 817.244.6660 37 E. The listing of specific PCSI organizations above does not imply acceptance of their 38 products and capabilities that do not meet the specified ratings, features and functions. 39 PCSI's listed above are not relieved from meeting these specifications in their entirety. 40 1.6 APPLICATION SERVICES PROVIDER (ASP) 41 A. The Contractor shall provide an Application Services Provider (ASP) for application 42 software programming for Programmable Logic Controllers (PLC) and Human 43 Machine Interface (HMI) computers and other equipment as specified. The ASP may be 44 drawn from within the PSCI's forces. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-8 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 8 of 14 1 B. All other programming, configuration, and integration, including but not limited to, 2 loading of software for process devices, Ethernet configuration and communications 3 shall be by the PCSI as specified in other Sections. 4 C. Qualifications 5 1. The ASP shall perform all work necessary to configure, customize, debug, install, 6 connect, and place into operation all HMI and PLC software specified within this 7 Division and other related divisions. The ASP shall coordinate with the PCSI all 8 scheduling, installation, and startup services. 9 2. The ASP shall meet the following qualification and/or submit the following 10 documentation as specified: 11 a. Shall secure an independent performance bond and provide documentation of 12 same from a bonding agency. 13 b. Shall present an adequate Certificate of Insurance. 14 c. Shall submit resumes of team members with completed training and 15 certifications. 16 d. Shall submit a team organization chart. 17 e. Shall have completed five projects of this size or larger in dollar value and shall 18 provide project names, client name, and reference contacts of same. 19 f. Shall demonstrate five years of experience working on projects in water or 20 wastewater plant work. 21 g. Shall provide project names, client names, time period of work and reference 22 contacts 23 h. Staff proposed shall have any and all certifications as provided from the 24 manufactures of the equipment supplied. 25 i. ASP shall have an electrical or control systems professional engineer, licensed 26 in the State of Texas, on staff or under contract for this project. 27 j. ASP shall provide 24-hour Service Contract for the length of the warranty 28 period. The service contract requirements shall include telephone support as far 29 as possible. If necessary, ASP shall provide on -site support for correction of 30 any errors and/or omissions in order to fully meet all requirements of the 31 Contract Documents. 32 1.7 HAZARDOUS AREAS 33 A. Equipment, materials and installation in areas designated as hazardous on the Drawings 34 shall comply with NEC Articles 500, 501, 502 and 503. 35 B. Equipment and materials installed in hazardous areas shall be UL listed for the 36 appropriate hazardous area classification. 37 1.8 CODES, INSPECTION AND FEES 38 A. Equipment, materials and installation shall comply with the requirements of the local 39 authority having jurisdiction. 40 B. Obtain all necessary permits and pay all fees required for permits and inspections. 41 1.9 SIZE OF EQUIPMENT 42 A. Investigate each space in the structure through which equipment must pass to reach its 43 final location. Coordinate shipping splits with the manufacturer to permit safe handling 44 and passage through restricted areas in the structure. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 406100-9 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 9 of 14 1 B. The equipment shall be kept upright at all times during storage and handling. When 2 equipment must be tilted for passage through restricted areas, brace the equipment to 3 ensure that the tilting does not impair the functional integrity of the equipment. 4 1.10 RECORD DRAWINGS 5 A. As the work progresses, legibly record all field changes on a set of Project Contract 6 Drawings, hereinafter called the "Record Drawings". The Record Drawings and 7 Specifications shall be kept up to date throughout the project. 8 B. Record Drawings shall accurately show the installed condition of the following items: 9 1. One -line Diagram(s). 10 2. Raceways and pull boxes. 11 3. Conductor sizes. 12 4. Panel Schedule(s). 13 5. Control Wiring Diagram(s) including all wire tags. 14 6. Process Instrumentation Diagram(s) 15 7. Mounting Details 16 C. Submit a typical example of a schedule of control wiring raceways and wire numbers, 17 including the following information: 18 1. Circuit origin, destination and wire numbers. 19 2. Field wiring terminal strip names and numbers with field connection wire color. 20 D. As an alternate, submit a typical example of point-to-point connection diagrams 21 showing the same information, may be submitted in place of the schedule of control 22 wiring raceways and wire numbers. 23 E. Submit the record drawings and the schedule of control wiring raceways and wire 24 numbers (or the point-to-point connection diagram) to the Owner/Engineer. 25 F. The Contractor's retainage shall not be paid until the point-to-point connection 26 diagrams have been furnished to the Owner/Engineer. 27 1.11 EQUIPMENT INTERCONNECTIONS 28 A. Review shop drawings of equipment furnished under other related Divisions and 29 prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of 30 wiring diagrams or tables with Record Drawings. 31 B. Furnish and install all equipment interconnections. 32 1.12 MATERIALS AND EQUIPMENT 33 A. Materials and equipment shall be new, except where specifically identified on the 34 Drawings to be re -used. 35 B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not 36 submitted and approved for this project. Use of any such material or equipment, will be 37 rejected, removed and replaced by the Contractor, with the approved material and 38 equipment, at his own expense. 39 C. Material and equipment shall be UL listed, where such listing exists. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 40 61 00 - 10 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 10 of 14 1 D. The Contractor shall be responsible for all material, product, equipment and 2 workmanship being furnished by him for the duration of the project. He shall replace 3 the equipment if it does not meet the requirements of the Contract Documents. 4 1.13 DELIVERY, STORAGE AND HANDLING 5 A. Equipment shall be handled and stored in accordance with manufacturer's instructions. 6 Two (2) copies of these instructions shall be included with the equipment at time of 7 shipment and shall be made available to the Contractor and Owner. 8 B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups 9 shall be bolted to skids. Accessories shall be packaged and shipped separately. 10 C. Equipment shall be equipped to be handled by crane. Where cranes are not available, 11 equipment shall be suitable for skidding in place on rollers using jacks to raise and 12 lower the groups. 13 D. Equipment shall be installed in its permanent, finished location shown on the Drawings 14 within seven (7) calendar days of arriving onsite. If the equipment cannot be installed 15 within seven (7) calendar days, the equipment shall not be delivered to the site, but 16 stored offsite, at the Contractor's expense, until such time that the site is ready for 17 permanent installation of the equipment. 18 E. Where space heaters are provided in equipment or control panels, provide temporary 19 electrical power and operate space heaters during jobsite storage and after equipment is 20 installed in permanent location, until equipment is placed in service. 21 1.14 WARRANTIES 22 A. Manufacturer's warranties shall be as specified in each of the Specification Sections. 23 1.15 EQUIPMENT IDENTIFICATION 24 A. Identify equipment (control panels, control stations, instruments, etc) furnished under 25 instrumentation sections of Division 40 with the name of the equipment it serves. 26 Control panels, Instruments, meters junction or terminal boxes, etc, shall have 27 nameplate designations as shown on the Drawings. 28 B. Nameplates shall be engraved, laminated impact acrylic, black lettering on a white 29 background, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 30 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 31 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double 32 faced adhesive strips, TESA TUFF TAPE 4970, .009 X 1/z", no equal. Prior to installing 33 the nameplates, the metal surface shall be thoroughly cleaned, with a 70% alcohol 34 solution, until the metal surface residue has been removed. Epoxy adhesive or foam 35 tape is not acceptable. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 4061 W- I PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page I of 14 PART 2 - PRODUCTS (NOT USED) 2 PART 3 - EXECUTION 3 3.1 COORDINATION MEETINGS 4 A. The PCSI shall schedule and administer a minimum of one mandatory Coordination 5 Meetings. The PCSI shall make arrangements for meetings; prepare agendas and 6 distribute copies to participants at least one (1) week before scheduled meetings. The 7 meetings shall be held at the Contractor's field office at the site and shall include, as a 8 minimum, attendance by the Owner, Engineer, Contractor's Project Engineer, ASP's 9 Project Engineer, PCSI's Project Engineer, and the Electrical Subcontractor. 10 1. The first coordination meeting shall be held in advance of the first PCSI shop l 1 drawing submittals (Project Plan and I/O List). The purpose of the first meeting 12 shall be for the PCSI to: 13 a. Summarize their understanding of the project 14 b. Discuss any proposed substitutions or alternatives 15 c. Schedule testing and delivery milestone dates 16 d. Provide a forum for the PCSI and Owner to coordinate hardware and software 17 related issues 18 e. Request any additional information required from the Owner and/or Engineer. 19 f. The PCSI shall bring a draft version of shop drawings to the meeting to provide 20 the basis for the Owner's and Engineer's input into their development. 21 3.2 INTERPRETATION OF DRAWINGS 22 A. Raceways and conductors for instrumentation, communications and other 23 miscellaneous low voltage power and signal systems as specified not shown on the 24 Drawings shall be provided as required for a complete and operating system. 25 B. The PCSI shall terminate all conductors of instrumentation systems to RTU and/or PLC 26 Termination Cabinets, where designated on the Drawings. The conduit and wire, as 27 shown on the electrical interface drawings, may not necessarily be shown on the floor 28 plan. 29 C. Install conductors carrying low voltage signals (typically twisted shielded pair cables) 30 in raceways totally separate from all other raceways containing power or 120 volt 31 control conductors, Refer to NEC article 725. DC and AC control wiring shall be 32 installed in separate raceways. 33 D. Redesign of electrical or mechanical work, which is required due to the Contractor's use 34 of a pre -approved alternate instrumentation or control item, or arrangement of 35 equipment and/or layout other than specified herein, shall be done by the Contractor at 36 his/her own expense. Redesign and detailed plans shall be submitted to the 37 Owner/Engineer for approval. No additional compensation will be provided for changes 38 in the work, either his/her own or others, caused by such redesign. 39 3.3 INSTRUMENTATION EQUIPMENT PADS AND SUPPORTS 40 A. Equipment pads and supports, of concrete or steel including structural reinforcing and 41 foundations, are shown on the Structural Drawings. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 40 61 00 - 12 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 12 of 14 1 3.4 INSTALLATION 2 A. Any work not installed according to the Drawings and this Section shall be subject to 3 change as directed by the Owner/Engineer. No extra compensation will be allowed for 4 making these changes. 5 B. All dimensions shall be field verified at the job site and coordinated with the work of all 6 other trades. 7 C. Equipment shall be protected at all times against mechanical injury or damage by water. 8 Equipment shall not be stored outdoors. Equipment shall be stored in dry permanent 9 shelters as required by each Specification Section. Do not install equipment in its 10 permanent location until structures are weather -tight. If any apparatus has been subject 11 to possible injury by water, Equipment shall be thoroughly dried out and tested as 12 directed by the Owner/Engineer or shall be replaced at no additional cost at the 13 Owner/Engineer's discretion. 14 D. Equipment that has been damaged shall be replaced or repaired by the equipment 15 manufacturer, at the Owner/Engineer's discretion. 16 E. Repaint any damage to the factory applied paint finish using touch-up paint furnished 17 by the equipment manufacturer. If the metallic portion of the panel or section is 18 damaged, the entire panel or section shall be replaced, at no additional cost to the 19 Owner. 20 3.5 MANUFACTURER'S SERVICE 21 A. Provide manufacturer's services for testing and start-up of the equipment as listed in 22 each individual Specification Section. 23 B. Testing and startup shall not be combined with training. Testing and start-up time shall 24 not be used for manufacturers warranty repairs. 25 C. Check interlocking, control and instrument wiring for each system and/or part of a 26 system to prove that the system will function properly as indicated by schematics, 27 wiring diagrams and Control Descriptions. 28 D. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 29 in advance. Provide qualified test personnel, instruments and test equipment. 30 E. Refer to the individual Instrumentation Equipment Sections for additional specific 31 testing requirements. 32 F. Make adjustments to the systems and instruct the Owner's personnel in the proper 33 operation of the systems. 34 3.6 TESTING 35 A. Test systems and equipment furnished under Division 40 Process Control System 36 • Sections and repair or replace all defective work. Make adjustments to the systems and 37 instruct the Owner's personnel in the proper operation of the systems. 38 B. Make the tests and checks prior to energizing instrumentation equipment in accordance 39 with Section 40 6121, and the individual Specification sections. 40 C. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks 41 in advance. Provide qualified test personnel, instruments and test equipment, including 42 manufacturer's services, as specified in the individual Specification sections. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 40 61 1l0 - 13 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 13 of 14 1 D. Where test reports show unsatisfactory results, the Owner/Engineer will require the 2 removal of all defective or suspected materials, equipment and/or apparatus, and their 3 replacement with new items, all at no cost to the Owner. The Contractor shall bear all 4 cost for any retesting. 5 3.7 TRAINING 6 A. The Contractor shall provide training as specified in Section 40 6160. 7 END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 40 61 00 - 14 PROCESS CONTROL SYSTEMS GENERAL PROVISIONS Page 14 of 14 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised June 21,2023 4061 96 - I PROCESS CONTROL DESCRIPTIONS SECTION 40 6196 PROCESS CONTROL DESCRIPTIONS PART1- GENERAL 1.1 SCOPE OF WORK Page l of 4 A. This Section provides the detailed requirements for the programming of the Process Control System Application (both HSQ HMI and PLC programming) by the Applications Services Providers (PLC ASP and HMI ASP) for the South IV Valve Vault. B. Refer to specification section 40 68 60 for additional information. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Refer to Specification Sections 40 6100 Process control Systems General Provisions and 40 68 60 Application Services. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS AND DEFINITIONS A. The following represent the general "performance" requirements for all control loops. These Process Control Descriptions shall be used in conjunction with all project drawings and the required ASP workshops in determining the specific controls required. B. Alarms 1. The alarms described herein shall be provided for all devices described below whether the alarm described herein is shown on the Process and Instrumentation Diagrams (P&IDs) or not. a. For all controlled devices such as pumps, motorized equipment, or any device, currently under control by the PLC, that generates a start/stop, or on/off, and has one or two discrete feedback state signals, provide an equipment discrepancy alarm. b. The discrepancy alarm shall be generated in the PLC when a device receives a change of state discrete command signal from the PLC, and the device feedback state does not match the commanded state within a preset time. SSIV Flow Transfer Station CITY OF FORT WORTH Cit.v Project Number 1031 /6-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 40 61 96 - 2 PROCESS CONTROL DESCRIPTIONS Page 2 of 4 c. The equipment discrepancy alarm generated by the PLC shall be displayed and alarmed at the HMI. d. If, after attaining the commanded change of state, a device feedback state does not match the commanded state, an equipment deviation alarm shall be generated by the PLC. e. The equipment deviation alarm generated by the PLC shall be displayed and alarmed at the HMI. f. After a deviation alarm occurs, the device cannot be restarted by the PLC until the user has issued a reset at the HMI. 2. For all controlled valves or gates, currently under control by the PLC, that generate an open/close and have one or two discrete open/closed feedback signals, provide an equipment discrepancy alarm. a. The discrepancy alarm shall be generated in the PLC when a device receives an open/close discrete command signal from the PLC and the device feedback state does not match the commanded state within a preset time. b. The equipment discrepancy alarm generated by the PLC shall be displayed and alarmed at the HMI. c. If a device feedback state does not match the commanded state, after attaining the commanded state, an equipment deviation alarm shall be generated by the PLC. d. The equipment deviation alarm generated by the PLC shall be displayed and alarmed at the HMI. e. After a deviation alarm occurs, the device cannot be restarted by the PLC until the user has issued a reset at the HMI. 3. For all analog modulating valves, currently under control by the PLC, that generate an analog state request and have a position feedback signal, provide an equipment discrepancy alarm. a. The discrepancy alarm shall be generated in the PLC when a valve receives a signal to open or close to a specific position and the position feedback signal does not indicate the desired position, plus or minus a dead band, within a preset time period. b. The equipment discrepancy alarm generated by the PLC shall be displayed and alarmed at the HMI. c. If a device feedback position does not match the commanded position, after attaining the commanded position, plus or minus a dead band, a deviation alarm shall be generated by the PLC. d. The equipment deviation alarm shall be displayed and alarmed at the HMI. e. After a deviation alarm occurs, the valve cannot be moved again by the PLC until the Operator has issued a reset at the HMI. 4. For all variable speed pumps, currently under control by the PLC, that generate an analog speed request and have a speed feedback signal, provide an equipment discrepancy alarm. a. The discrepancy alarm shall be generated in the PLC when a Variable Frequency Drive (VFD) receives a signal to increase or decrease speed, and the speed feedback signal does not indicate the requested speed, plus or minus a dead band, within a preset time period. b. The equipment discrepancy alarm generated by the PLC shall be displayed and alarmed at the HMI. SSIV Flow Transfer Station CITY OF FORT WORTH City Project Number 103116-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 406196-3 PROCESS CONTROL DESCRIPTIONS Page 3 of 4 c. If a pump is off, and the pump is requested to run, and the pump does not start within a preset time period after the request has been made, a pump discrepancy alarm shall be generated by the PLC. d. If a device feedback speed does not match the commanded speed, plus or minus a dead band, after attaining the commanded speed, a deviation alarm is generated. e. After a deviation alarm occurs, the pump cannot be controlled again by the PLC until the user has issued a reset at the HMI. 5. Provide at least two high alarms and two low alarms for each analog input. The quantities and types of alarms shall be configured for each input as appropriate. The alarms generated by the PLC shall be displayed and alarmed at the HMI. To eliminate excessive alarm reporting, the analog point shall remain in alarm until its value returns to its alarm limit, plus or minus its alarm limit dead band. 6. All alarms shall be generated by the PLC. No alarms shall be calculated within the HMI. 7. For each analog point, an alarm shall be generated in the PLC and displayed at the HMI if the PLC detects a loss of signal. For analog points that are used for automatic control, the last "good value" shall be used as the process variable until the alarm is cleared. 8. For each analog point, if the value of the analog point is above or below the instrument range, an out -of -range alarm shall be generated in the PLC and displayed and alarmed at the HMI. C. Interlocks 1. Interlocks described below are intended to detail hardware interlocks between processes or sub -processes. The discussion below is not intended to detail the interlocks associated within MCCs, VFDs, etc. For those details, please see the manufacturer supplied information. D. Tuning Parameters All tuning parameters for each PID in the PLC shall be available at the server/ workstations for monitoring and adjustment even if not shown on the P&IDs. Tuning trends shall be provided to monitor the PID functions. However, these parameter settings shall be password protected to allow access only to users who are given clearance by the Owner. E. Equipment Runtimes 1. Runtimes for all motorized equipment shall be totaled in the PLC and indicated at the HMI with one -hour resolution even if not shown on the drawings. 2. The total runtime shall be reset from the HMI; however, this reset shall be password protected to allow access only to users who are given clearance by the Owner. 3. A second accumulated runtime shall also be provided. The Operator shall not have the capability to reset this accumulated runtime. F. Historical Recording 1. All analog inputs shall be recorded historically even if not shown on the P&IDs. G. Flow Totalization 1. All flows shall be totalized in the PLC. Yesterday's total flow and today's total flow shall be indicated at the HMI even if not shown on the P&IDs. To eliminate errors due to noise or calibration issues, flows will not be totalized when an associated valve or pump is in the closed or off state. SS1V Flow Transfer Station CITY OF FORT WORTH City Project Number 103116-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 406196-4 PROCESS CONTROL DESCRIPTIONS Page 4 of 4 2. The total flows shall have the ability to be reset from the HMI. However, this reset shall be password protected to allow access only to users who are given clearance by the Owner. 3.2 INDIVIDUAL CONTROL DESCRIPTIONS A. Southside (Pressure Zone IV) Valve Vault 1. Overview a. The Project provides the ability to provide the City of Fort Worth's Southside Pressure Zone III water to the City's Southside Pressure Zone IV and to maintain the Southside Pressure Zone IV pressure. 1. Control a. The associated valve vault is set up to allow Operations the ability to monitor status and position of the valve. In addition, Operations can remotely position the valve's position from the Holly WTP control center. 2. Software Permissives a. There are no software interlocks associated with this control description. 3. Hardwired Interlocks a. There are no hardwired interlocks associated with this control description. 4. Calculated Alarms and Variables a. No additional calculated alarms or variables are associated with this control description. 5. Field Alarms a. Refer to the P&IDs for field alarms associated with this control description. 6. Field Inputs and Outputs a. Refer to the P&IDs for field input and output points associated with this control description. END OF SECTION SSIV Flow Transfer Station CITY OF FORT WORTH City Project Number 103116-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 40 63 00 - 1 PROGRAMMABLE LOGIC CONTROLLER Page 1 of 6 SECTION 40 63 00 PROGRAMMABLE LOGIC CONTROLLER PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Programmable Logic Controllers (PI -Cs) to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficiently to confirm that the equipment provides every specified requirement. Any options or exceptions shall be clearly indicated. C. Submit catalog data sheets for all software licenses provided under this Specification Section. D. Operation and Maintenance Manuals. l . Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. e. Copy of the software license data including serial numbers, license key, etc. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC and with the latest edition of the following codes and standards: CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406300-2 PROGRAMMABLE LOGIC CONTROLLER Page 2 of 6 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. NEMA ICS 1-101 Diagrams, Designations and Symbols 4. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control Software Applications. 5. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control Instruments Part 1: General Considerations Updated with 27 New Specification Forms in 2004-2005. 6. ISA-5.4-1991 Instrument Loop Diagrams. 7. ISA-5.5-1985 Graphic Symbols for Process Displays. 8. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 9. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic, and Computer Systems. 10. ISA-20-1981 Specification Forms for Process Measurement and Control Instruments, Primary Elements, and Control Valves. 11. ISA-5.2-1976 (R1992) Binary Logic Diagrams For Process Operations. 12. NEMA ICS 6 Enclosures for Industrial Controls and Systems 13. National Fire Protection Association (NFPA) 14. National Electrical Manufacturers Association (NEMA) 15. American National Standards Institute (ANSI) 16. Insulated Cable Engineers Association (ILEA) 17. The International Society of Automation (ISA) 18. Underwriters Laboratories (UL) 19. UL 508, the Standard of Safety for Industrial Control Equipment 20. UL 508A, the Standard of Safety for Industrial Control Panels 21. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 22. NFPA 79, Electrical Standard for Industrial Machinery 23. Factory Mutual (FM) 24. NFPA 70 National Electrical Code (NEC) 25. NFPA 70E Standard for Electrical Safety in the Workplace 26, ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 27. NEMA ICS 4 Terminal Blocks for Industrial Use. 28. NEMA LS1 Low Voltage Surge Protection Devices. 29. UL 1283 Standard for Safety -Electromagnetic Interference Filters. 30. UL 1449 Third Edition Surge Protective Devices 31. IEEE 1815-2012 - IEEE Standard for Electric Power Systems Communications - Distributed Network Protocol (DNP3) 32. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406300-3 PROGRAMMABLE LOGIC CONTROLLER Page 3 of 6 C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. 1.7 COMMUNICATIONS PROTOCOL REQUIREMENTS A. The PLC systems must communicate as shown on the plans and as described else ware within the contract documents. The systems are to utilize and support the protocols as described within this section. Where shown or otherwise indicated Modbus TCP Protocol to have the following as minimum capabilities as a minimum: a. All data shall be available and/or mirrored within the Modbus 4x or "Holding Register" memory area. The other areas can be optionally supported, but all Ox, 1 x, and 3x data shall be readable and writable in the 4x memory area. For digital writes, supports of single -bit writes (function 5) to the Ox area are acceptable on a case by case basis. Products that require access to the Ix and 3x area to operate are not acceptable; access to Ix/3x area shall be optional. b. Register 4x00001 shall exist and be readable to allow simple, predictable "communications tests". c. Software tools shall function properly with slaves' only supporting Modbus functions 3, 4 and 16. Requiring support of diagnostic function 8 is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP "Unit Id" to be a value other than zero. This is required for Ethernet -to -Serial bridging. 2. Where indicated the PLC System shall communicate utilizing Ethernet/IP Protocol with the following as minimum capabilities: a. Transfer of basic 1/0 data via User Datagram Protocol (UDP)-based implicit messaging b. Uploading and downloading of parameters, setpoints, programs and recipes via TCP (i.e., explicit messaging.) c. Polled, cyclic and change -of -state monitoring via UDP, such as RPI and COS in Allen Bradley's ControlLogix control systems. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406300-4 PROGRAMMABLE LOGIC CONTROLLER Page 4 of 6 d. One-to-one (unicast), one -to -many (multicast), and one -to -all (broadcast) communication via TCP e. Use of well-known TCP port number 44818 for explicit messaging and UDP port number 2222 for implicit messaging. 3. For communications links indicated to use DNP3 provide the minimum of level 2 implementation for all devices. PART 2 - PRODUCTS 2.1 PROGRAMMABLE LOGIC CONTROLLER A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Schneider Electric M340 2. No Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions as specified. Manufacturers listed above are not relieved from meeting these specifications in their entirety. The following table indicates the PLC used as the basis of design for each location indicated. PLC LOCATION Valve Vault PLC TYPE CONTROL PANEL ID M340 [Mile] C. Where an existing PLC is to be modified or expanded as a part of this Contract, as specified in Specification Section Process System Control Panels or as indicated on the plans, the modified PLC is to meet the requirements and functionality of this Section. D. Programming Languages 1. Each PLC shall support IEC Standard 61131-3 with all of the following programming languages unless explicitly excluded within this section: a. Ladder (LD) b. Function Block Diagram (FBD) c. Structured Text (ST) 2. Processor shall have a minimum IEC Program Memory size of 2048 KB. E. Input / Output Capacity 1. Total Configurable Input / Output Capacity within the manufactures software package for the device shall not be less than 1024. 2. Installed minimum physical Input / Output capacity shall not be less than the following: a. Analog Inputs — 8 b. Analog Outputs — 4 c. Discrete Inputs — 16 d. Discrete Outputs — 8 F. Physical Construction CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406300-5 PROGRAMMABLE LOGIC CONTROLLER Page 5 of 6 1. The PLC shall be of a modular construction, consisting of a back plane or buss, plug in modules for the processor, communication modules, I/O modules and expansion modules. 2. The power supply shall be 120 Volt 60 Hz and shall be sized for the total of all installed UO fully loaded including the power requirement any spare 1/0 slots. 3. Analog inputs and outputs shall be isolated physically and electronically from each other and shall be of the 4-20ma type. 4. Discrete inputs shall be 24VDC and individually buffered with external single poll form C relays. 5. Discrete outputs shall be individually buffered with external form C relays with the number of polls as required. 6. Systems shall include as a minimum I Ethernet, 1 RS-485/232, or I USB programming ports. 7. A separate Ethernet port shall include for connection to the SCADA network. This port should include distributed/remote UO scanning capability utilizing the protocol specified on the plans without the use of high-level logic programming. G. Spare Equipment 1. Provide minimum of 20 percent wired spare I/O channels of each type provided. 2. Provide 1 spare card/module of each type provided, including CPU and power supplies. PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be factory installed, programmed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH SS1V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 406300-6 PROGRAMMABLE LOGIC CONTROLLER Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Number 103116-2 Revised May 1 1,2022 406600- 1 COMMUNICATIONS INTERFACE EQUIPMENT Page 1 of 8 SECTION 40 66 00 COMMUNICATIONS INTERFACE EQUIPMENT PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Communications Interface Equipment and Systems to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in the Related Work Specifications. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the equipment provides every specified requirement. Any options or exceptions shall be clearly indicated. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. NEMA ICS 1-101 Diagrams, Designations and Symbols 4. ANSUISA-5.06.01-2007 - Functional Requirements Documentation for Control Software Applications. 5. ISA-5.2-1976 (R1992) Binary Logic Diagrams For Process Operations. 6. NEMA ICS 6 Enclosures for Industrial Controls and Systems 7. National Fire Protection Association (NFPA) 8. National Electrical Manufacturers Association (NEMA) CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406600-2 COMMUNICATIONS INTERFACE EQUIPMENT Page 2 of 8 9. American National Standards Institute (ANSI) 10. Insulated Cable Engineers Association (ICEA) 11. The International Society of Automation (ISA) 12. Underwriters Laboratories (UL) 13. UL 508, the Standard of Safety for Industrial Control Equipment 14. UL 508A, the Standard of Safety for Industrial Control Panels 15. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 16, NFPA 79, Electrical Standard for Control Panels and Industrial Machinery 17. Factory Mutual (FM) 18. NFPA 70 National Electrical Code (NEC) 19. NFPA 70E Standard for Electrical Safety in the Workplace 20. ANSI C37.90.2 Standard Withstand Capability"of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 21. NEMA ICS 4 Terminal Blocks for Industrial Use. 22. NEMA LS1 Low Voltage Surge Protection Devices. 23. UL 1283 Standard for Safety -Electromagnetic Interference Filters. 24. UL 1449 Third Edition Surge Protective Devices 25. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406600-3 COMMUNICATIONS INTERFACE EQUIPMENT Page 3 of & PART 2 - PRODUCTS 2.1 INDUSTRIAL ETHERNET SWITCH LAYER 3 MODULAR (TYPE A) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Cisco IE4000 Series 2. Moxa 3. Hirschmann 4. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 Deg F to 167 Deg F 2. Operating humidity: 10 — 95% Non -condensing 3. Storage Temperature: -13 to 185 Deg F 4. Electrical Classification: Intrinsically safe for UL 1602 Class I Division 2 A-D locations D. Physical 1. Enclosure: NEMA TS-2. Fully Modular construction 2. Power Supply: 120VAC from UPS source 2. Microprocessor based managed type. 3. Din rail mountable capability. 4. 19-inch rack mountable where shown in plans E. Functional Performance 1. Per Port status LED indication. 2. Port based Ethernet MAC security individually port configurable. 3. Wire Speed switching, 16 Gigabit Switching Fabric. 4. HSRP Protocol Support. 5. Cisco Express Forwarding Hardware Routing Architecture. 6. SNMPvI, SNMPv2c, and SNMPv3 Support 7. 802. l d Spanning Tree Protocol Support 8. HTTPS accessible. 9. Common Industrial Protocol (CIP) Management Objects Support. 10 Smart Templates for Ethernet/IP 11. PROFINET v2 certification. 12. Alarm Contacts for external fault notification. 13. 10/100 BaseT ports with RJ-45 connectors for Category 5 cabling. 14. Switch Configuration on removable/ configurable via Flash Memory module. 15. LC type Fiber Optic Connectors for I00BaseFX, I000BaseSX for Multimode Fiber and I000BaseLX for Single Mode Fiber as shown on the drawings CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cinv Project Number 103116-2 Revised May 11,2022 406600-4 COMMUNICATIONS INTERFACE EQUIPMENT Page 4 of 8 16. Fully managed switch capability. F. Options and Accessories Required: 1. Provide maximum installation space for additional future modules for each switch location. 2. Provide twenty (20) percent spare port capacity for each port type. 2.2 HSQ RTU A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. HSQ B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Part Numbers 1. HSQ 8600-3343F-25x86 Logic Processor 2. HSQ 22592 Communication Board (4 Serial Ports and 1 Ethernet Port) 3. HSQ 22585 RTU Battery Backup Controller 2.3 REMOTE SITE LICENSED RADIO (NARROW BAND) - A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE ORBIT 2. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 Deg C to 70 Deg C 2. Operating humidity: 10 — 95% Non -condensing D. Physical 1. Power Supply: 10 to 30 VDC input 2. Microprocessor based unmanaged type. 3. DIN Rail mountable. 4. Class 1 Division 2 groups A, B, C and D rated 5. Interface connections: TIA-232-E Serial interface implemented in a DB-9 connection, Ethernet 10/100 BaseT implemented in a RJ45 and Antenna connection utilizing a TNC Female connector E. Functional Performance 1. RF data rate 9,600 to 19,200 bps @ 12.5 KHz channel size. 2. Licensed Frequency bands: 820-870 MHz, 880-915 MHz, 850-860/926-936 MHZ, and 928-960 MHz 3. Aluminum case. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406600-5 COMMUNICATIONS INTERFACE EQUIPMENT Page 5 of 8 4. Receiver type: double conversion super heterodynes with selectivity >70 dB, Sensitivity-100dBm. 5. Transmitter with programmable carrier power from 0.1 to 5 Watts, Continuous duty cycle. 6. Operating mode: Simplex, half -duplex 7. Modulation: Digital, CPFSK F. Options and Accessories Required: 1. Provide minimum 2-year warranty. 2.4 ANTENNA TOWER (LADDER TYPE) A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Rohn 2. Sabre 3. Approved equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Provide radio towers as shown on the drawings. At a minimum, the towers provided shall be as follows: 1. Each section shall be double bolted constructed of ASTM 123 hot dipped galvanized steel. 2. Free standing and self-supporting. 3. Tower sections shall have a minimum 12-'/z" face. 4. Tower shall be made up of a base section, midsection and top sections. 5. Heights of towers shall be a minimum of Thirty (40) feet tall from ground level. D. The radio tower shall be a self-supporting structure. The final tower and base design shall be furnished by the contractor. Each individual tower installation shall be certified and sealed by a Professional Engineer licensed in the State of Texas to be compliant in all respects with TIA-222-H, Structural Standard for Antenna Supporting Structures and Antennas. The installation design, along with this certification, shall be submitted by the contractor. No general or manufacturers reference designs are acceptable for this purpose. The material submitted shall take into consideration the specific site location geotechnical information. A separate drawing for each tower installation, including all furnished accessories, including but not limited to grounding system, safety system, etc., shall be submitted. 2.5 YAGI DIRECTIONAL ANTENNA A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Wilson Electronics 2. Blue Wave 3. Ubiquiti 4. Approved Equal CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406600-6 COMMUNICATIONS INTERFACE EQUIPMENT Page 6 of 8 B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non -condensing for indoor applications D. Physical 1. Number of Elements as required balancing gain and output power. 2. Impedance 50 ohms 3. Max Power 10 watts 4. Radiation Directional 5. Polarization Vertical 6. ConnectorN-Female 7. Material Aluminum 8. Mount Mounts on pipe with 0.5 inch to 1.5-inch diameter 2.6 ETHERNET SURGE PROTECTOR A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Phoenix Contact 2. PolyPhaser 3. Cooper Bussman 4. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non -condensing for indoor applications 3. Storage Temperature: -40 to 176 degrees F D. Physical 1. DIN Rail Mountable indoors and pole mountable outdoors applications 2. 1/0 connectors: RJ-45 3. Power over Ethernet POE+ to IEEE802.3 at up to 57VDC E. Functional Performance 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 6kV/3kA 2. Standard: Compliant to IEC61000-4-5. 2.7 RADIO SYSTEM SURGE PROTECTOR A. Subject to compliance with the contract documents, the following manufacturers are acceptable: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406600-7 COMMUNICATIONS INTERFACE EQUIPMENT Page 7 of 8 1. Phoenix Contact 2. PolyPhaser 3. Cooper Bussman 4. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non -condensing for indoor applications 3. Storage Temperature: -40 to 176 degrees F D. Physical 1. Barrel configuration for control panel applications 2. TNC type connectors E. Functional Performance 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 6kV/3kA 2. Standard: Compliant to IEC61000-4-5. 2.8 RADIO ANTENNA CABLES A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Times Microwave LMR-600 runs under 75 feet 2. CommScope AVA7-50 HELIAX runs 75 feet and greater 3. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Provide sufficient lengths of cables for installation for connection to all Radio Equipment with no splices. D. Cable Construction 1. Inner Conductor Solid BCCAI 2. Dielectric Foam PE 3. Outer Conductor Aluminum Tape 4. Overall Braid Tinned Copper 5. Jacket Black PE. E. Function/Performance: 1. Max Operating Frequency GHz 2.5 2. Minimum Operating Frequency 800 MHz 3. Velocity of Propagation % 87 CITY OF FORT WORTH SS1V Flaw Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Project Number 103116-2 Revised May 11,2022 406600-8 COMMUNICATIONS INTERFACE EQUIPMENT Page 8 of 8 4. Dielectric Constant NA 1.32 5. Time Delay nS/ft (nS/m) 1.17 (3.83) 6. Impedance ohms 50 7. Capacitance pF/ft (pF/m) 15.6 (51.1) 8. Inductance uH/ft (uH/m) 0.088 (0.29) 9. Shielding Effectiveness dB >90 10. DC Resistance a. Inner Conductor ohms/1000ft (/km) 1.39 (4.56) b. Outer Conductor ohms/1000ft (/km) 1.2 (3.9) 11. Peak Power kW 40 F. Required Options/Accessories 1. Provide Surge Arrestors at the antenna connection and the entrance to the equipment per the NEC PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be factory installed in an overall assembly, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 40 67 00 - 1 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 1 of 16 SECTION 40 67 00 PROCESS CONTROL SYSTEMS CONTROL PANELS PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install functional control panels to manually or automatically operate control systems as specified in the detailed requirements of this Section, and logic and schematics as shown on the Electrical and Instrumentation Drawings. B. Control panels as specified in Process Equipment Division, Electrical Equipment Division or Mechanical Equipment Divisions, except as specifically stated herein, shall not be submitted under this Section. 1.2 RELATED WORK A. Wherever references are made to Related Work in other Specification Sections of the Specifications, the Contractor is to provide such information or work as may be required in those references and include such information or work as may be specified. B. All Instrumentation work related to Process and Mechanical Divisions equipment that is shown on the Instrumentation Drawings shall be provided under Division 40 Process Control System Sections unless otherwise explicitly shown. C. All Control Panels and work provided under any Division of the Specifications shall fully comply with the requirements of Division 40 Process Control System Sections. D. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. E. Other Divisions The Contractor shall be responsible for examining all Sections of the Specifications and Drawings and shall determine the power and wiring requirements and shall provide appurtenances, as required to provide a fully functioning process control system. If the equipment requires added options, due to different equipment being supplied, the Contractor shall furnish the additional appurtenances and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.3 SUBMITTALS A. Submittal Process 1. Submittals shall be made in accordance with the requirements of Division 1, Section 40 6100, and as specified herein. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700-2 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 2 of 16 2. Submittals require information on related equipment to be furnished under this Specification and described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned un-reviewed. 3. Equipment specified in Process, Mechanical, or Electrical Equipment Divisions, and supplied as an integral part of a process equipment manufacturer's package shall be submitted with the manufacturer's submittals, in those Divisions. B. Submittal Content The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. C. Required Submittals 1. Copies of previously Approved Related Work submittals. 2. Documentation confirming that the Panel Assembly Facility is a UL-508 certified panel shop. 3. Facsimile of the UL label that is to be applied to the completed panels. 4. Shop Drawings a. Shop Drawings shall include the following: 1) Drawings shall be to scale and shall show the location of panel mounted devices, including doors, louvers, and sub panels. 2) Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section's requirements. 3) The first sheet of each Panel Drawing Packet shall contain a Bill of Materials for that panel. The Bill of Materials shall list all devices mounted within the panel, and shall include the tag number, description, manufacturer, and model number of each item. 4) Following the Bill of Material shall be a listing, uniquely identifying each component of the Panel, and a description of the item used, i.e. devices by their assigned tag numbers, nameplate inscriptions, service legend, and annunciator inscriptions. 5) Power and control schematics including external connections. Show wire and terminal numbers and color -coding. b. Interconnecting Wiring Diagrams 1) Provide interconnecting wiring diagrams showing electrical connections between equipment, consoles, panels, terminal junction boxes, and field mounted components. 2) Diagrams shall show component and panel terminal board identification numbers, and external wire and cable numbers. 3) Circuit names corresponding to the Circuit and Raceway Schedule shall be shown. The diagram shall include intermediate terminations between field elements and panels (e.g., terminal junction boxes, pull boxes, etc.). 5. Factory Tests. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700-3 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 3 of 16 a. Submittals shall be made for factory tests as specified herein. Owner/Engineer approval of required factory tests is required prior to shipment of the equipment. 6. Field Tests. a. Submittals shall be made for field tests as specified herein. Operation and Maintenance Manuals. a. Operation and maintenance manuals shall include the following information: 1) Manufacturer's contact address and telephone number for parts and service. 2) Instruction books and/or leaflets 3) Recommended renewal parts list 4) Record Documents for the information required by the Submittals paragraph above. D. Operation and Maintenance Manuals. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. NEMA ICS 1-101 Diagrams, Designations and Symbols 4. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control Software Applications 5. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control Instruments Part 1: General Considerations Updated with 27 New Specification Forms in 2004-2005. 6. ISA-5.4-1991 Instrument Loop Diagrams. 7. ISA-5.5-1985 Graphic Symbols for Process Displays. 8. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 9. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic, and Computer Systems. 10. ISA-20-1981 Specification Forms for Process Measurement and Control Instruments, Primary Elements, and Control Valves. 11. ISA-5.2-1976 (R1992) Binary Logic Diagrams for Process Operations. 12. NEMA ICS 6 Enclosures for Industrial Controls and Systems 13. National Fire Protection Association (NFPA) 14. National Electrical Manufacturers Association (NEMA) 15. American National Standards Institute (ANSI) 16. Insulated Cable Engineers Association (ILEA) 17. The International Society of Automation (ISA) CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 10-1116-2 Revised May 1 1,2022 406700-4 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 4 of 16 18. Underwriters Laboratories (UL) 19. UL 508, the Standard of Safety for Industrial Control Equipment 20. UL 508A, the Standard of Safety for Industrial Control Panels 21. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 22. NFPA 79, Electrical Standard for Industrial Machinery 23. Factory Mutual (FM) 24. NFPA 70 National Electrical Code (NEC) 25. NFPA 70E Standard for Electrical Safety in the Workplace 26. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 27. NEMA ICS 4 Terminal Blocks for Industrial Use. 28. NEMA LS 1 Low Voltage Surge Protection Devices. 29. UL 1283 Standard for Safety -Electromagnetic Interference Filters. 30. UL 1449 Third Edition Surge Protective Devices 31. All equipment and installations shall conform to applicable Federal, State, and local codes. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The control panels shall be assembled in a UL-certified panel shop, experienced in the assembled of control panels for wastewater and water treatment systems. A submittal of the documentation, that certifies the panel fabrication shop is a UL-certified shop, is required. C. Equipment components and devices shall be UL labeled wherever UL standards exist for such equipment. The completed control panel shall be UL Labeled in accordance with UL 508, 508A or UL 698A whichever is the applicable UL standard for the installed location of the panel where indicated on the drawings. The panel shall also be UL labeled for the environment in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 1.6 DELIVERY STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment and shall be made available to the Contractor and Owner/Engineer. B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Accessories shall be packaged and shipped separately. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700-5 PROCESS CONTROL SYSTEMS CONTROL PANELS Pa.-e 5 of 16 C. Within (5) five days after shipment of all equipment, Manufacturer shall ship all software, supplied under this Section of the Specifications, by Registered Mail or Approved Courier, to the Owner's Representative, with a copy of the Shipment Manifest. D. Visible shipping damage to any portion of a shipment shall be assumed to have also damaged the surrounding portion. The visibly damaged and the surrounding panels shall be returned to the Manufacturer's UL 508 facility, for examination and damaged equipment replaced, followed by a Witnessed Test of the returned portion, as specified in Paragraph 2.07, at no expense to the Owner. E. Equipment shall be installed in its permanent finished location shown on the Drawings within seven (7) calendar days of arriving onsite. If the equipment cannot be installed within seven (7) calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of final acceptance of the equipment. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2- PRODUCTS 2.1 MATERIAL MANUFACTURERS A. Subject to compliance with the Contract Documents, the following electrical material manufacturers are acceptable for all materials not otherwise specifically specified within the contract documents. 1. General Electric Co. 2. Eaton / Cutler -Hammer 3. Schneider Electric / Square D Co. 4. Rockwell Automation / Allen Bradley B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Materials listed above are not relieved from meeting these Specifications in their entirety. C. Manufactures of all related devices and components shall be as specified elsewhere in the contract documents. 2.2 RATINGS A. The complete control panel assembly shall be UL certified and carry a UL 508A listing for "Industrial Control Panels". CITY OF FORT WORTH SSIV Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiA, Project Number 103116-2 Revised May 11,2022 406700-6 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 6 of 16 B. The control panel shall meet all applicable requirements of the National Electrical Code. C. Motor controllers, including associated devices, shall be designed for continuous operation at rated current in a 40-degree C ambient temperature. D. For additional ratings and construction notes, refer to the Drawings. E. The service voltage shall be as specified and as shown on the Drawings. The overall short circuit withstand, and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 10,000amperes at 120 volts single phase. 2.3 CONSTRUCTION A. General 1. Refer to the Drawings for: schematics, actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. B. Enclosures 1. General a. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. b. All floor -mounted enclosures shall be provided with floor stands of the same materials of construction as the enclosure. c. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. d. Back panel shall be tapped to accept all mounting screws. Self -tapping screws shall not be used to mount any components. e. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. f. Each enclosure shall be provided with a documentation pocket on the inner door. g. Enclosures shall not have holes or knockouts. h. Provide manufacturer's window kits where shown on the Drawings. i. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. All stainless -steel panels installed outdoors shall be of 304 or 316 grade materials when painted white unless otherwise shown on the drawings. j. All enclosures shall include provisions for a padlock on doors. k. Overload tables shall be laminated and adhered to the inside of the door. 1. Each enclosure shall have one, UPS powered, 150-watt receptacle labeled "COMPUTER ONLY". in. All enclosures shall be lockable, and keyed alike. n. Where indicated or specified, provide a minimum 18xl8-inch foldable shelf mounted no more than 40 inches above finished floor. The shelf to be constructed of the same material and finish as the control panel. Shelves as manufactured by Saginaw Control and Engineering, Hoffman or approved equal are acceptable. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700-7 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 7 of 16 2. NEMA 4X for all panels not otherwise defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel continuous hinge 4) Foam in -place gasket 5) Single point quarter turn latches (20"x24" and below). All others 3-point latch b. Manufacturers 1) Rittal WM Series 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Saginaw Control and Engineering 6) Approved Equal 3. NEMA 1 or NEMA 1 A boxes shall not be used. 4. Malleable iron boxes shall not be used. C. Environmental Controls 1. Enclosure Condensate Heaters a. A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is mounted outdoors or in a non -air- conditioned space. 1) Enclosure heaters shall be energized from 120-volt, single-phase power supply and sized to prevent condensation within the enclosure. 2) Locate enclosure heaters to avoid overheating electronic hardware or producing large temperature fluctuations on the hardware. 3) Enclosure heaters shall have an internal fan for heat distribution and shall be controlled with adjustable thermostats. The thermostat shall have an adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit. Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH or equal. b. Strip heaters may be provided if they are 240 volts rated, powered at 120 volts AC and do not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufactured by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5-in wide, 240 Volts, single phase, 150 watts, energized at 120 volts, with rust resisting iron sheath, Catalog No. OT-715, Product Code No. 129314. Provide sufficient wattage in heaters to prevent condensation should the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the control Panel shall be Chromalox, Type WR, single stage, Catalog No. WR-80, Product Code No.263177. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be No. 12 AWG stranded nickel -plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6-CFI-12, and Product Code No. 263783. 2. Enclosure Air Conditioner CITY OF FORT WORTH SS/V Flog Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciny Project Number 103116-2 Revised May 11,2022 406700-8 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 8 of 16 a. Enclosures containing electronic devices or electrical equipment shall have air conditioners that will maintain the internal temperature at or below the equipment rating without violating the NEMA rating of the enclosure. b. The panel builder shall provide panel internal heat rise calculations to show that the panel internal temperatures will be maintained below the maximum operating temperatures of the panel components. 1) For enclosures mounted indoors in non -air-conditioned spaces, include an ambient air temperature of 40-degree C and a humidity of 100% non - condensing. 2) For enclosures mounted in direct sunlight, add the appropriate solar heat gain component to the calculation and raise the ambient temperature to 60 degrees Celsius. 3) The calculation shall show all the internal and external heat gain loads and the expected internal temperature rise, in degrees Celsius, above the specified ambient without the air conditioner. Provide a calculation showing the expected temperature rise in degrees C above the specified ambient with the air conditioner running. c. The air conditioner shall have the following features: 1) Use CFC-free R134a refrigerant. 2) Have fully gasketed flanges on all four mounting edges for a watertight seal that maintains NEMA rating of the panel. 3) Thermostatic low temperature control to provide energy efficient operation and prevents over -cooling. 4) EMI/RFI suppressor to minimize transient spikes during compressor on/off cycling. 5) Separated blower -driven evaporator and condenser air systems for closed loop cooling. 6) UL listed. 7) Stainless steel enclosure rated NEMA 4X. 8) Internal corrosion resistant coating and/or galvanized steel components. 9) Low ambient kit. 10) Short cycle protector. d. Manufactures 1) Rittal 2) Cooper B-Line 3) ICE Cube 4) Approved Equal 3. Enclosure Fans a. Fans shall be furnished for soft start starters and AFD's, as required by the manufacturer, to provide air circulation and cooling. Fans shall be controlled by a temperature switch. The fan shall operate only when the drive is "ON" and for a cool -down period after the drive has stopped. Otherwise the fan shall not run when the drive is "OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washable. b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball bearing, three phase fan motors with 10-year design life shall be used in the drive design. Plastic muffin fans are not acceptable. Fan power shall be obtained from a tap on the main control power transformer. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700-9 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 9 of 16 c. A "loss of cooling" fault shall be furnished. In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, be shut down safely without electronic component failure by the temperature switch. d. Redundant fans shall be provided in the drive design as backup in the event of fan failure. 4. Corrosion Protection a. Provide corrosion protection in each control panel with a corrosion -Inhibiting vapor capsule as manufactured by Northern Instruments; Model Zerust VC, or Hoffman Engineering; Model A-HCI. 2.4 PANEL EQUIPMENT A. Equipment Requirements 1. The requirements for equipment, controls, meters, converters, etc, for each Control Panel, shall be as shown on the Panel Schedule herein, the Drawings, panel schematics, and the functions specified in the Loop Descriptions. 2. Where a programmable logic controller is designed as a part of the control panel, the PLC shall be as specified in Section 40 63 00 Programmable Logic Controller System. 3. Where communications equipment is designed as part of the control panel, the equipment shall be as specified in Section 40 66 00 Communications Interface Equipment. 4. All other equipment, controls, meters, converters that are designed as a part of the control panel, shall be as specified in Section 40 78 00 Panel Mounted Control Devices, the Related Work Sections specified herein, as shown on the Drawings, panel schematics, and the functions specified in the Control Descriptions. 5. Furnish installed in the Control Panel, a dedicated Surge Protective Device (SPD) (Type 3), permanently connected, on the load side of the power entrance, as specified in Section 26 43 13 Low Voltage AC Surge Protective Devices (SPDs). 6. Provide a main circuit protective device, DIN rail mounted, to protect the panel equipment. 7. Provide an enclosure intrusion switch for all enclosures containing communications equipment or Programmable Logic Controllers (PLC) and or related equipment. B. Panel Control Device Requirements Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/I3, anodized aluminum or reinforced plastic. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push -to -test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY CITY OF FORT WORTH SSIV Flow Transjer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih' Project Number 103116-2 Revised May 11,2022 40 67 00 - 10 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 10 of 16 5) White for POWER ON. c. Mode selector switches (HAND -OFF -AUTO, LOCAL -OFF -REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons shall be as follows: 1) Red for STOP, Valve OPEN, Breaker CLOSE and mushroom Red for EMERGENCY STOP. 2) Green for START, Valve CLOSE and Breaker OPEN. 3) Black for RESET. e. Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. 2. A failure alarm with horn and beacon light shall be provided when required or specified. Silence and reset buttons shall be furnished. Alarm horn and beacon shall be by Federal Signal; Crouse -Hinds, or equal, NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 7/4X cast aluminum. 3. Control and Instrument Power Transformers a. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus 25% spare capacity, and shall be not less than 100VA. b. Control power transformers shall be 120 volts grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 2.5 EQUIPMENT INSTALLATION A. Equipment Mounting 1. The location of the installed equipment shall be as shown on the Panel Layouts on the Drawings. 2. Each piece of equipment shall be securely mounted to the backplate or sideplate in accordance with the manufacturer's installation instructions. All mounting hardware shall be from the front of the backplate or side plate with threaded screws. Attaching hardware shall not be installed from the rear of the backplate or side plate. Removal of any piece of equipment shall not require the removal or loosening of any other piece of equipment. 3. Operator interface equipment installed on the door shall be arranged as shown on the Drawings in accordance with the manufacturer's installation instructions. No penetrations of the door shall be made except for equipment mounting. Provide adequate clearance between pieces of equipment and door latching mechanisms. B. Nameplates 1. Nameplates a. External CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 40 67 00 - 11 PROCESS CONTROL SYSTEMS CONTROL PANELS Page l t of 16 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X'/2", or equal. Prior to installing the adhesive nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. 2) There shall be a master nameplate that indicates supply voltage equipment ratings, short circuit current rating, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear panel and inside the assembly, visible when the rear panel is removed. 3) Provide permanent warning signs as follows: a) "Danger- High Voltage- Keep Out" on all doors. b) "Warning- Hazard of Electric Shock - Disconnect Power Before Opening or Working on This Unit" on main power disconnect or disconnects. b. Internal 1) Provide the panel with a UL 508A label. 2) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. 3) Front of each PLC 1/0 module shall have label identifying each individual point interfaced to the module. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. C. Wiring Trough and Terminal Block Installation 1. Space between wiring troughs and equipment shall be such that space for terminal blocks is provided for termination of each conductor or group of conductors before connection to the equipment. Removal of equipment for service shall not leave any exposed conductors hanging unconnected. 2. Install the wiring troughs such that one may be removed without interference from the other. Troughs shall be installed such that trough covers may be removed without cover interference. 3. Install terminal blocks on DIN rail with adequate space for access to the terminal with clear view of the wire identification label. All incoming or outgoing wiring shall enter or leave the panel on terminal blocks. Terminal blocks or wiring troughs shall not be installed on the doors. Provide terminal blocks on sideplates / backplates for all door mounted equipment. 4. In no case shall internal and external wiring share a wiring trough. 5. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci(v Project Number 103116-2 Revised May 11,2022 40 67 00 - 12 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 12 of 16 6. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 7. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap -screw type terminal blocks with crimp type, pre -insulated, ring -tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap - screw terminal point. 8. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals. 9. Do not land more than two conductors per terminal point. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 10. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 11. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent spare terminals. 12. Provided ground terminal blocks for each twisted -shielded pair drain wire. D. Internal Panel Wiring 1. Power and control wiring shall be tinned stranded copper, minimum size No. 14 AWG, with 600-volt, 90-degree C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full fault current rating or frame size of the connected device, and as shown on the Drawings. 2. Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper, twisted shielded #16 AWG pair. 3. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. Field wiring shall not be terminated directly on any panel -mounted device. 4. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non -smearing, solvent -resistant type similar too Raychem TMS-SCE, or equal. 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low twisted shielded pair cable conducting analog 4-20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power. 6. All control panel wiring shall use the following color code. a. Black: AC power at line voltage b. Red: switched AC power c. Orange: May be energized while the main disconnect is in the off position d. White: AC neutral e. Orange/white stripe or white/orange stripe: separate derived neutral e. Red/white stripe or white/red stripe: switched neutral CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700- 13 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 13 of 16 f. Green or green w/ yellow tracer: ground/earth ground g. Blue: Ungrounded DC power h. Blue/white stripe or white/blue stripe: DC grounded common i. Brown: 480V AC 3 phase - phase A j. Orange: 480V AC 3 phase - phase B k. Yellow: 480V AC 3 Phase - phase C 1. Purple: common for analog signal wiring m. Brown: positive leg of an analog signal E. Field Entrance Internal Wiring l . Field entrance internal wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non -smearing, solvent -resistant type similar to Raychem TMS-SCE, or equal 3. All conduit entering or leaving equipment shall be coordinated, in advance with the panel installer, so that the conduit entrances to the enclosure are directly below the termination area for immediate termination. Conduits shall not enter the top or side of the panel unless approved in writing by the Owner/Engineer. F. PLC / RTU Inputs and Outputs 1. All PLC and RTU Analog inputs and outputs shall be individually fused for each channel. All Discrete inputs and outputs shall be buffered with relays from the field connections. Discrete points shall be fused for each circuit group with no less than one fuse per card. 2.6 PCSI SHOP TESTING A. The entire control panel shall be completely assembled, wired, and adjusted at the PCSI's shop and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. C. Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 40 67 00 - 14 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 14 of 16 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted panels as detailed on the Drawings. C Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. C. Conduits entering a control Panel or box containing electrical equipment shall not enter the enclosure through the top. D. Install required safety labels. 3.4 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant or approved equal. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.5 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. C. Provide laminated copies of the Control schematics in each enclosure door pocket. 3.6 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. 3.7 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Test each key interlock system for proper functioning. C. Test all control logic before energizing the equipment. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406700- 15 PROCESS CONTROL SYSTEMS CONTROL PANELS Page 15 of 16 3.8 CLEANING A. Remove all rubbish and debris from inside and around the panel. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.9 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project Number l03/16-2 Revised May 11,2022 406700- 16 PROCESS CONTROL SYSTEMS CONTROL PANELS Pace 16 of 16 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 40 68 60 - 1 APPLICATION SERVICES PROVIDER Page 1 of 8 SECTION 40 68 60 APPLICATION SERVICES PROVIDER PART1- GENERAL 1.1 SCOPE OF WORK A. The Contractor shall furnish the services of qualified personnel to perform the work as defined herein, in the Related Work Paragraph of this Section, and other Specification Sections as specified herein. The service personnel shall be referred to as the Application Services Programmer (ASP). B. It shall be the responsibility of the Contractor to obtain and provide any and all information required from other Divisions, as listed in the related work below, to complete the work under this Section. C. The Contractors ASP shall perform all work necessary to configure, customize, debug, install, connect, and place into operation all HMI and PLC software specified within this Division and other related divisions. D. The Contractors ASP shall coordinate with the PCSI all scheduling, installation, and startup services. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Prior to any Pre -Submittal Conferences or Work Submittals as defined in section 40 61 00 Process Control Systems General Provisions, the Contractor shall submit the qualifications of the Application Service Provider. No Work Submittals will be accepted until the ASP has been approved by the owner. Submittals received prior to that Approval will be returned un-reviewed. B. Submittal Process 1. Submittals shall be made in accordance with the requirements of Division 1, Section 40 6100, and as specified herein. 2. All electronic submittals shall be submitted in an ISO/IEC 26300:2006 or Comma Separated Values (CSV) readable electronic file format on a CD -Rom and an 8'/z- inch by 1 1-inch hard copy. PLC Programs shall be submitted in the native export format of the PLC as suggested by the manufacture and as a fully annotated PDF file. CITY OF FORT WORTH SSIV Flow Transler.Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406860-2 APPLICATION SERVICES PROVIDER Page 2 of 8 C. Submittal Content Submittals shall contain the following: a. Programming Standards 1) Programming standards to be used for both process graphics and PLC logic conventions shall be submitted after the standards workshop. b. Programmable Logic Controller Programming 1) 1/0 List with register assignments. 2) Diagrams of the process control functions by each strategy. 3) Listing of inputs to the control function. 4) A short narrative of each control strategy. 5) Listing of all Operator inputs and outputs to and from the control function. Any special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function. 6) Cross references of all 1/0, showing to which 1/0 modules or software modules, they are in. 7) Failure contingencies shall be described in detail. 8) An annotated program, submitted in both hard copy and electronic format. c. Operation Interface Terminal Programming 1) 1/0 List with register assignments. 2) Listing of all Operator displays with inputs and outputs to and from the control function. Displays shall be illustrated to show data presentation. 3) Cross references of all 1/0, showing to which 1/0 modules or software modules, they are in. 4) Failure contingencies shall be described in detail. d. Human Machine Interface Programming 1) 1/0 List with register assignments. 2) Displays for each process area including all necessary pop ups. 3) Listing of data points on each display. 4) A short narrative of each control usage. 5) Listing of all Operator inputs and outputs to and from the control function. Any special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function. 6) Cross references of all 1/0, showing which software module at each point used. 7) Failure contingencies shall be described in detail. 8) A complete listing of all historical points. 9) Listing of all required configuration files for each SCADA client. 2. Submit a proposed Schedule of Work following the PCSI pre -submittal conference. 1.4 REFERENCE CODES AND STANDARDS A. Instrumentation equipment and HMI programming shall comply with the following codes and standards: 1. Occupational Safety and Health Administration (OSHA) 2. NEMA ICS 1-101 Diagrams, Designations and Symbols 3. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control Software Applications CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406860-3 APPLICATION SERVICES PROVIDER Page 3 of 8 4. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control Instruments Part 1: General Considerations Updated with 27 New Specification Forms in 2004-2005. 5. ISA-5.4-1991 Instrument Loop Diagrams. 6. ISA-5.5-1985 Graphic Symbols for Process Displays. 7. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 8. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display Instrumentation, Logic, and Computer Systems. 9. ISA-20-1981 Specification Forms for Process Measurement and Control Instruments, Primary Elements, and Control Valves. 10. ISA-5.2-1976 (R 1992) Binary Logic Diagrams for Process Operations. 11. American National Standards Institute (ANSI) 12. The International Society of Automation (ISA) 13. Underwriters Laboratories (UL) 14. NFPA 79, Electrical Standard for Industrial Machinery 15. Factory Mutual (FM) 16. NFPA 70 National Electrical Code (NEC) 17. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All work associated with PLC and HMI programming services shall comply with the requirements set forth within the contract documents and as agreed and approved from the standards submittal. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.5 QUALITY ASSURANCE A. The Contractor shall provide verifiable documentation supporting the ASP's qualifications and work history as defined in Section 140 6100 Process Control Systems General Provisions. 1.6 SYSTEM DESCRIPTION A. The Contractors ASP is responsible for providing all applications programming and configuration services to accomplish the control and monitoring functions as described in the contract specifications and drawings. The Contractors ASP shall provide all programming functions including, but not limited to, control strategies and communications for the Plant PCS PI -Cs and HMI. The Equipment manufacturer supplied PLC systems programming is the respective suppliers' responsibility. The Contractors ASP will obtain from the OWNER copies of all existing HMI and PLC configurations. The Contractors ASP shall also provide all applications programming and configuration services necessary to produce the HMI (graphic displays, reports, trends, historical archive, etc.) as described in the contract specifications and drawings. 1.7 WARRANTY A. Provide programming logic warranty as defined in division 1. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cinv Project Number 103170-2 Revised May 11,2022 406860-4 APPLICATION SERVICES PROVIDER Page 4 of 8 1.8 SYSTEM FINAL DOCUMENTATION A. Prior to final acceptance of the system and owner training, operating and maintenance manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with the Division 1 and Section 40 6100. B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for inclusion. As a minimum, the following information shall be provided: 1. A comprehensive index. 2. A complete "As Constructed" set of approved shop Drawings. 3. A complete list of the programming furnished. 4. Detailed service, maintenance and operation instructions for each item supplied. 5. Operating instructions which incorporate a functional description of the entire system with references to the systems schematic Drawings and instructions. C. The final documentation shall be new documentation written specifically for this project but may include standard and modified standard documentation. Modifications to existing hardware or software manuals shall be made on the respective pages or inserted adjacent to the modified pages. All standard documentation furnished shall have all portions that apply clearly indicated. All portions that do not apply shall be lined out. D. The manuals shall contain all illustrations, detailed displays, and instructions necessary for installing, operating, and maintaining the equipment. The illustrated parts shall be numbered for identification. All information contained therein shall apply specifically to the equipment furnished and shall only include instructions that are applicable. All such illustrations shall be incorporated within the printing of the page to form a durable and permanent reference book. E. If the Contractors ASP transmits any documentation or other technical information which he considers proprietary, such information shall be designated. Documentation or technical information which is designated as being proprietary will be used only for the design, construction, operation, or maintenance of the System and, to the extent permitted by law, will not be published or otherwise disclosed. F. The requirements for the final documentation are as follows: 1. As built documentation shall include all previous submittals, as described in this Specification, updated to reflect the as -built system as well as any corrections or modifications to the System resulting from the Factory and/or Field Demonstration Tests. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406860-5 APPLICATION SERVICES PROVIDER Page 5 of 8 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 APPLICATION DEVELOPMENT WORKSHOPS AND COORDINATION MEETINGS A. The ASP shall schedule and administer a minimum of one Workshops and Coordination Meetings for the purpose of discussing progress of the work under this Section. The ASP shall fully coordinate with the PCSI and be present for coordination meetings as defined in Section 40 6100. B. The ASP shall make arrangements for workshops; prepare agenda of discussion items. Notify participants at least one (1) week before scheduled meetings. The meetings shall be held at a location chosen by the owner and shall include, as a minimum, attendance by the Owner, Engineer, General Contractor's project engineer, ASP, and PCSI. 1. The first workshop shall be held in advance of the ASP programming standards Shop Drawing submittal. The purpose of the workshop shall be for the ASP to: a. Summarize their understanding of the project b. Discuss any proposed substitutions or alternatives c. Schedule testing and delivery milestone dates d. Provide a forum for the ASP and Owner to coordinate hardware and software related issues e. Request any additional information required from the Owner and/or Engineer. f. The ASP shall bring a draft version of proposed standards shop drawings to the meeting to provide the basis for the Owner/Engineer's input into their development. g. All aspects of the programming effort shall be discussed including but not limited to: 1) PLC and HMI Variable naming conventions 2) PLC memory map conventions 3) Any and all customized or user defined function blocks (DFB) and subroutines. 4) Displays naming for each process area including all necessary pop ups. 5) Display color conventions and overall owner expectations 3.2 TESTS -GENERAL Refer to Section 40 6121. 3.3 OPERATIONAL READINESS TEST (ORT) Refer to Section 40 61 21. A. Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have spaces for data entry, space for sign off by the Contractors ASP and the PCSI, and the following information: 1. Project Name 2. Loop Number 3. Component Tag Number of 1/0 Module Number 4. Component Code Number Analog System CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 103116-2 Revised May 11,2022 406860-6 APPLICATION SERVICES PROVIDER Page 6 of 8 5. Manufacturer (for Analog system element) 6. Model Number/Serial Number (for Analog system) 7. Summary of Functional Requirements: a. Indicators and Recorders: Scale and chart ranges b. Transmitters/Converters: Scale and chart ranges c. Computing Elements: Function d. Controllers: Action (direct/reverse) control Modes (PID) e. Switching Elements: Unit range, differential (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) f. I/O Modules: Input or output 8. Calibrations: a. Analog Devices: Required and actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling b. Discrete Devices: Required and actual trip points and reset points c. Controllers: Mode settings (PID) d. I/O Modules: Required and actual inputs or outputs for 0, 10, 50, and 100 percent of span, rising and falling 9. Space for comments 10. Space for sign off by the General Contractor 3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) Refer to Section 40 61 21. 3.5 10-DAY SITE ACCEPTANCE TEST (SAT) Refer to Section 40 6121. 3.6 TRAINING A. General 1. The cost of Owner training programs shall be included in the Contract price. The training and instruction, insofar as practicable, shall be directly related to the System being supplied. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the system. 2. All instructors shall be intimately familiar with the operation and control of the Owner's facilities. B. Maintenance Training Refer to Section 40 6121. 1. PLC/RTU Software a. The training and instruction, insofar as practicable, shall be directly related the System being supplied. The training shall include a field training program consisting of hands-on instruction utilizing the Owners System. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 406860-7 APPLICATION SERVICES PROVIDER Page 7 of 8 b. One 4-hour training session shall be provided for four (4) members of the Owner's personnel on software and hardware operation and maintenance at the Owner's facility. Software training shall provide classroom and hands-on instruction such that a student with experience in process instrumentation can configure the system with no guidance or with only minimal supervision when attempting complex problems. The training shall cover the following subjects as a minimum: 1) System overview covering the basic system design and purpose 2) System hardware covering the specific hardware elements and specific equipment arrangements provided are covered. 3) Equipment orientation in which the student becomes familiar with the operational procedures (e.g., tape load, clear, keyboard, start/stop, and disk load). 4) Specific application configuration instruction shall cover the overall design and implementation of the applications as provided under this Contract. The intent shall be to make the student fully knowledgeable in all aspects of the system provided, along with methods for making additions, modifications, and deletions to the process system. 5) Development of new control loops and strategies. 6) Complete system backup and reload procedures. c. These courses shall not be concurrent with those offered by the PCSI. The above listing is only a guide and is not intended to be complete. 3.7 CONTROL SYSTEM DIAGRAMS AND DETAILS Refer to Section 40 61 96 and contract drawings. END OF SECTION CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 10.1116-2 Revised May 11,2022 406860-8 APPLICATION SERVICES PROVIDER Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407050- l INSTRUMENT SUPPORT HARDWARE Page 1 of 8 SECTION 40 70 50 INSTRUMENT SUPPORT HARDWARE PART1- GENERAL 1.1 SCOPE OF WORK A. Furnish and install instrumentation mounting and support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other instrumentation installation mounting and support systems as specified herein with additional requirements as shown on the Drawings or specified within related sections. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers for each of the types of materials specified and where shown on the Drawings. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions (dry, water saturated, water filled, under water) 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. 5. Cure and gel timetables 6. Temperature ranges (storage, installation and in-service). 1.4 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard for Electrical Safety in the Workplace CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 103116-2 Revised May 11,2022 407050-2 INSTRUMENT SUPPORT HARDWARE Page 2 of 8 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive -Bonded Anchors, ASTM International 5. AC308; Acceptance Criteria for Post -Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in this Section of the Specifications, having a UL standard, shall bear the appropriate label of Underwriters Laboratories. 1.5 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.6 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job -site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions (temperature range) and expiration date must be supplied with product D. Metal Framing Systems 1. Material shall be new and unused, with no signs of damage from handling. 1.7 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 40 70 50 - 3 INSTRUMENT SUPPORT HARDWARE Page 3 of 8 PART 2 - PRODUCTS 2.1 ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts and materials shall be manufactured of 316 stainless steel and conform to SAE 316 standards. 3. UL 203 Rated. 2.2 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILTI HIT-RTZ with HIT-HY 200 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts and material shall be manufactured of 316 Stainless Steel and shall conform to SAE 316 standards. 2.3 U-CHANNEL SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tyco Unistrut b. B-Line c. Super -Strut d. Approved equal CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407050-4 INSTRUMENT SUPPORT HARDWARE Page 4 of 8 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps allthreads and conduit clamps. 3. Minimum sizes shall be 13/16" through 3-1/4" 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces, clevis fittings, U-fittings, Z-fittings, Wing -fittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel and conform to SAE 316 standards. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. 2.4 INSTRUMENT FLOOR STANDS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. O'Brien Saddlepak b. Channel Track c. Techline Manufacturing d. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Floor mount pipe stand for use in the mounting or support of Instrumentation Transmitters. 2. Stand shall consist of a 10 by 10-inch base plate of 1/4 inch steel with a minimum 40 inch long 2 inch steel tube center welded with a minimum of two 8 inch long gussets fully welded for maximum strength. The base plate shall have slotted mounting holes near all four corners. 3. The stand shall be fully zinc metallized or hot dip galvanize coated. 4. Field welding of components will not be permitted. 2.5 INSTRUMENT SUNSHIELD A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407050-5 INSTRUMENT SUPPORT HARDWARE Page 5 of 8 a. International Metal Engineering Pte. Ltd b. O'BRIEN VIPAK c. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications In their entirety. B. Product Description 1. Pipe stand or structure mounted sunshield for use in the protection of instrumentation from direct sunlight. 2. Sunshield shall consist of a minimum 10-inch overhang with a clear view of the instrument display and working space for service of the instrumentation without removal. The sunshield shall be made of 316 Stainless Steel unless otherwise shown on the drawings. All mounting hardware shall be furnished from 316 Stainless steel materials. Alternate materials if shown shall be Aluminum or fiberglass reinforced plastic with UV inhibitors. 3. All aluminum or stainless -steel Sunshields shall have all edges ground smooth without burs or sharp edges. 2.6 INSTRUMENT HEATTRACED ENCLOSURE A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. O'BRIEN HEATPAK b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Pipe stand or structure mounted heat traced enclosure for use in the protection of instrumentation from freezing. 2. Freeze protection shall consist of a nonmetallic insulated enclosure specifically designed for instrumentation transmitters and related appurtenances. 3. Enclosure will have easy opening luggage style latches made of stainless steel for easy access to the instrument. The internal portion of the enclosure will have an integral heater with thermostat and hat traced sensing tubing to the process connection. 2.7 INSTRUMENT TUBING AND FITTINGS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tubing 1) Swagelok 2) Parker 3) Approved equal CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit. Project Number 103116-2 Revised May 11,2022 407050-6 INSTRUMENT SUPPORT HARDWARE Page 6 of 8 b. Fittings 1) Swagelok 2) Parker 3) Approved equal c. Valves 1) Whitney 2) Parker 3) Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. All instrument air header and branch connections shall be 316 stainless steel materials. 2. All instrument shut-off valves and associated fittings shall be supplied in accordance with the piping specifications and all instrument installation details. Fittings shall be 316 stainless steel. Valves shall be 316 stainless steel. 3. All instrument tubing shall be fully annealed ASTM A269 Seamless 316 grade free of O.D. scratches and having the following dimensional characteristics as required to fit the specific installation: a. 1/4-in to 1/2-in O.D. x 0.035 wall thickness b. 5/8-in to 1-in O.D. x 0.049 wall thickness c. 1-in O.D. x 0.065 wall thickness d. 1-1/4-in O.D. x 0.065 wall thickness e. 1-1/2-in O.D. x 0.083 wall thickness f. 2-in O.D. x 0.095 wall thickness 4. All process connections to instruments shall be annealed 1/2-in O.D. stainless steel tubing, Type 316. 5. All mounting hardware shall be provided of 316 Stainless steel. 6. All tubing shall be supported by stainless steel and installed as per manufacturer's installation instructions. 2.8 STAINLESS TIES A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. PANDUIT b. PHONIX CONTACT c. Gardner Bender d. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Cable Ties for securing and supporting of flexible raceway and conductors. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407050-7 INSTRUMENT SUPPORT HARDWARE Page 7 of 8 2. Self-locking mechanism. 3. Material shall be 304 Stainless Steel unless otherwise directed as shown on the drawings. C. Locations for Use 1. Cable Ties of stainless steel to be used in wet environments, where exposed to process, or when exposed to sunlight 2. Self-locking mechanism. PART 3 - EXECUTION 3.1 GENERAL A. The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment, Instrumentation or raceways shall be attached to or supported from, sheet metal walls. D. Install required safety labels. 3.2 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.3 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.4 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH SSIV Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 407050-8 INSTRUMENT SUPPORT HARDWARE Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 2 3 PART1- GENERAL 4 1.1 SCOPE OF WORK SECTION 40 7100 Q FLOW MEASUREMENT 4071W-I FLOW MEASUREMENT Page 1 of 6 5 A. Furnish, install and test all flow measurement, flow control devices and appurtenances, 6 as shown on the Drawings, specified in the Related Work Sections and Divisions, and 7 as specified herein. 8 B. Flow equipment, specified in other Divisions, shall be manufactured in accordance with 9 this Section and submitted as a part of the equipment specified in other Divisions. 10 1.2 RELATED WORK i l A. No references are made to any other section which may contain work related to any 12 other section. The Contract Documents shall be taken as a whole with every section 13 related to every other section as required to meet the requirements specified. The 14 organization of the Contract Documents into specification divisions and sections is for 15 organization of the documents themselves and does not relate to the division of 16 suppliers or labor which the Contractor may choose to employ in the execution of the 17 Contract. Where references are made to other Sections and other Divisions of the 18 Specifications, the Contractor shall provide such information or additional work as may 19 be required in those references and include such information or work as may be 20 specified. 21 1.3 SUBMITTALS 22 A. Submit catalog data for all items supplied from this specification Section as applicable. 23 Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., 24 sufficient to confirm that the meter or relay provides every specified requirement. Any 25 options or exceptions shall be clearly indicated. 26 B. Submittals for equipment specified herein, for other Sections or Divisions, shall be 27 made as a part of equipment submittals furnished under other Sections or Divisions. 28 C. Installation experience documentation shall be submitted for approval with the Section 29 Equipment Submittal 30 D. Operation and Maintenance Manuals. 31 1. Operation and Maintenance manuals shall be constructed in accordance with 32 Division I and shall include the following information: 33 a. Manufacturer's contact address and telephone number for parts and service. 34 b. Instruction books and/or leaflets 35 c. Recommended renewal parts list 36 d. Record Documents for the information required by the Submittals above. 37 1.4 REFERENCE CODES AND STANDARDS 38 A. The equipment in this specification shall be designed and manufactured according to 39 latest revision of the following standards (unless otherwise noted): 40 1. ISO 2975/VII liquids and BS 5857-2.4 for gases. Transit Time Meters CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-2 FLOW MEASUREMENT Page 2 of 6 1 2. , American Society of Mechanical Engineers (ASME). 1971. Fluid meters: Their 2 theory and application. 3 3. ASME PTC 19.2 Pressure Measurement 4 4. ANSI B88.1 Pressure Transducers Calibration 5 5. ISA S37.6 Strain Gage Transducers Potentiometric 6 6. Calibration AVS 6.2, 6.4, 6.5 Hazardous Areas 7 7. IEC 79-10 Intrinsically Safe Circuits 8 8. ANSI 913 Electrical Instruments in Hazardous Atmospheres 9 B. All meters, relays and associated equipment shall comply with the requirements of the 10 National Electric Code and Underwriters Laboratories (UL) where applicable. 11 C. Each specified device shall also conform to the standards and codes listed in the 12 individual device paragraphs. 13 1.5 QUALITY ASSURANCE 14 A. The manufacturer of this equipment shall have produced similar instrumentation 15 equipment for a minimum period of five (5) years. When requested by the 16 Owner/Engineer, an acceptable list of installations with similar equipment shall be 17 provided demonstrating compliance with this requirement. 18 B. Equipment submitted shall fit within the space or location shown on the Drawings. 19 Equipment which does not fit within the space or location is not acceptable. 20 C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 21 1.6 WARRANTY 22 A. The Manufacturer shall warrant the equipment to be free from defects in material and 23 workmanship for two (2) years from date of acceptance of the equipment containing the 24 items specified in this Section. Within such period of warranty, the Manufacturer shall 25 promptly furnish all material and labor necessary to return the equipment to new 26 operating condition. Any warranty work requiring shipping or transporting of the 27 equipment shall be performed by the Contractor at no expense to the Owner. 28 PART 2 - PRODUCTS 29 2.1 ELECTROMAGNETIC FLOW METER 30 A. Subject to compliance with the Contract Documents, the following Manufacturers are 31 acceptable: 32 1. Siemens MAG8000 series 33 2. Approved Equal 34 B. The listing of specific manufacturers above does not imply acceptance of their products 35 that do not meet the specified ratings, features and functions. Manufacturers listed 36 above are not relieved from meeting these specifications in their entirety. 37 C. General 38 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of 39 power and signal conductors as provided with each instrument. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 40 71 00 - 3 FLOW MEASUREMENT Page 3 of 6 1 2. Provide a hand-held programmer, for each transmitter, where full setup is not 2 available for the instrument directly. 3 D. Type 4 1. Microprocessor based intelligent type. 5 a. Fully configurable totalizer 6 b. Transmitter display to include both flow rate with direction as well as totalizer 7 value. 8 c. Self -diagnostics with on display indication of faults. 9 E. Function/Performance: 10 1. Output: 4-20 mA DC. Output shall be linear for pressure applications. AMI system 11 communications interface. 12 2. Two passive outputs (MOS), individual galvanically isolated. 13 3. Accuracy: 0.2 percent of span (linear output). 14 4. Stability: Combined temperature effects shall be less than 0.2 percent of maximum 15 span per 50 degrees F temperature change. Effect on accuracy, due to static 16 pressure changes, shall be negligible. 17 5. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 30 v/m field 18 intensity. 19 6. Drift: 0.10 percent per six months for 4-20 mA output. 20 7. Temperature rating: Suitable for process liquid temperature up to 70 degrees C 21 and an ambient of 65 degrees C. 22 8. Pressure rating: 240 PSI if 150 lb flanges are used; 700 PSI if 300 lb flanges are 23 used. 24 9. Meter shall be capable of running empty indefinitely without damage to any 25 component. 26 F. Physical: 27 1. Metering Tube 28 a. Carbon steel with 304 Stainless interiors unless otherwise indicated. 29 b. Electrical Classification: Rating shall be FM approved for the location shown 30 on the Drawings 31 c. Tube Flanges: Match piping AWWA rating of the pipe. Minimum AWWA 32 150# Flange. 33 d. Tube Liner: Polyurethane or EDPM unless noted otherwise. 34 e. Tube Electrodes: ANSI 316 stainless steel or Hastelloy C, bullet nosed or 35 elliptical self-cleaning type unless otherwise noted. 36 f. Tube Housing: Meters in below grade, vaults, basements, etc., shall be NEMA 37 6P designed for accidental submergence in 10 meters of water indefinitely. 38 Meters above grade shall be of splash proof/drip proof design unless otherwise 39 noted. 40 g. Painting: All external surfaces shall be painted with a chemical and corrosion 41 resistant epoxy finish. 42 2. Transmitter 43 a. Transmitter Enclosure: NEMA 4X. 44 b. Electrical Classification: Rating shall be FM approved for the location shown 45 on the Drawings 46 c. Communication: Encoder interface with Sensus protocol CITY OF FORT WORTII SSIV Floe Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-4 FLOW MEASUREMENT Page 4 of 6 1 G. Power Requirements 2 1. 12 to 24 Volts DC with Battery backup provisions. 3 H. Options/ Accessories 4 1. Factory calibration: Each meter shall be factory calibrated, with a copy of the 5 Report delivered with the device and in the O&M manual. 6 2. Grounding: Meter shall be grounded with rings. All materials shall be suitable and 7 not effected buy for the liquid being measured Provide 316 Stainless Steel ground 8 rings unless otherwise recommended in writing from the meter manufacture, 9 electrical bonding wires/straps, and gaskets, etc. this grounding and bonding is to be 10 compliant with NEC 250.68 (B) Effective Grounding Path. 11 PART 3 - EXECUTION 12 3.1 INSTALLER'S QUALIFICATIONS 13 A. Installer shall be specialized in installing this type of equipment with minimum 5 years 14 documented experience 15 3.2 EXAMINATION 16 A. Examine installation area to assure there is enough clearance to install the equipment. 17 B. Verify that the equipment is ready to install. 18 C. Verify field measurements are as instructed by the manufacturer. 19 3.3 INSTALLATION 20 A. The Contractor shall install all equipment per the manufacturer's recommendations and 21 Contract Drawings. 22 B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless 23 otherwise shown on the Drawings. Fittings shall be of the compression type, 316 24 stainless steel. 25 C. All conduit entries into the instruments shall use hubs of watertight, threaded 26 aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B 27 H150GRA Series, or equal. 28 D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 29 E. All non -loop powered instrument transmitters shall have an approved disconnecting 30 means for power mounted within reach of the transmitter. 31 3.4 RACEWAY SEALING 32 A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all 33 entrances shall be sealed with 3M 1000NS Watertight Sealant or approved equal. 34 3.5 FIELD QUALITY CONTROL 35 A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. 36 B. Check tightness of all accessible electrical connections. Minimum acceptable values 37 shall be specified in the manufacturer's instructions. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-5 FLOW MEASUREMENT Page 5 of 6 1 3.6 FIELD ADJUSTING 2 A. Adjust all equipment for proper range and field conditions, as described in the 3 manufacturer's instructions. 4 B. Any field adjustments, required for proper system operation, shall be included in the 5 Final O&M. 6 3.7 FIELD TESTING 7 A. Perform all electrical field tests recommended by the manufacturer. 8 B. Test each interlock system for proper functioning. 9 C. Test all control logic for proper operation. 10 3.8 CLEANING 11 A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, 12 dust, or concrete spatter from the interior and exterior of the equipment using brushes, 13 vacuum cleaner, or clean, lint free rags. Do not use compressed air. 14 3.9 EQUIPMENT PROTECTION AND RESTORATION 15 A. Touch-up and restore damaged surfaces to factory finish, as approved by the 16 manufacturer. If the damaged surface cannot be returned to factory specification, the 17 surface shall be replaced. 18 END OF SECTION 19 CITY OF FORT WORTH SS/V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 407100-6 FLOW MEASUREMENT Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116 Revised August 15,2023 SECTION 40 72 00 LEVEL MEASUREMENT PART1- GENERAL 1.1 SCOPE OF WORK 40 72 00 - 1 LEVEL MEASUREMENT Page 1 of 4 A. Furnish, install and test all level measurement, level control devices and appurtenances, as shown on the Drawings, specified in the Related Work Sections and Divisions, and as specified herein. B. Level equipment, specified in other Divisions, shall be manufactured in accordance with this Section, and submitted as a part of the equipment specified in other Divisions. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the meter or relay provides every specified requirement. Any options or exceptions shall be clearly indicated. B. Submittals for equipment specified herein, for other Sections or Divisions, shall be made as a part of equipment submittals furnished under other Sections or Divisions. C. Installation experience documentation shall be submitted for approval with the Section Equipment Submittal D. Operation and Maintenance Manuals. Operation and Maintenance manuals shall be constructed in accordance with Division l and shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. National Electrical Safety Code (NESC) CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407200-2 LEVEL MEASUREMENT Page 2 of 4 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7. Instrumentation Society of Automation (ISA) 8. Underwriters Laboratories (UL) 9. UL 508, the Standard of Safety for Industrial Control Equipment 10. UL 508A, the Standard of Safety for Industrial Control Panels 11. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 12. NFPA 79, Electrical Standard for Industrial Machinery 13. Factory Mutual (FM) 14. All equipment and installations shall satisfy applicable Federal, State, and local codes. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar instrumentation equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two (2) years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. PART 2- PRODUCTS 2.1 FLOAT TYPE LEVEL SWITCHES A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Contegra FS-90 2. Flygt Model ENM-10. 3. Endress+Hauser FTS20 B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407200-3 LEVEL MEASUREMENT Page 3 oF4 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of power and signal conductors as provided with each instrument. D. Type: 1. The switch assembly shall be weighted and suspended on its own cable. E. Function/Performance: 1. Temperature Rating: 0-50 degrees C. 2. Contact Rating: Up to 150V AC/DC and 1 amps AC, 1 amps DC. 3. Contact Arrangement: Form C contact which is field selectable normally open or closed. F. Physical: 1. Contact: Sealed mercury free switch housed in a chemical -resistant polypropylene or Stainless -Steel casing. 2. Switch shall have a rating for the area in which it is installed. 3. Flexible Support Cable: Synthetic four wire cable, minimum 19 AWG wire. 4. Specific Gravity: Match to fluid being measured. G. Power Requirements 1. None H. Required Options/Accessories 1. Provide flexible support cable of sufficient length to ensure no splice or connection is required in the wet well. 2. Provide junction box rated for the area in which it is installed. 3. Provide stainless steel supports/mounting accessories as required. I. Installation 1. Provide All Hardware from the manufacture for the installation as described and shown on the plans. 2. Provide stainless steel wire ties for all cables within the wet well area or exposed to outdoor environments. PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by the manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407200-4 LEVEL MEASUREMENT Page 4 of 4 B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless otherwise shown on the Drawings. Fittings shall be of the compression type, 316 stainless steel. C. All conduit entries into the instruments shall use hubs of watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. D. Install stainless steel instrument labels with instrument ID, secured with safety wire. E. All non -loop powered instrument transmitters shall have an approved disconnecting means for power mounted within reach of the transmitter. 3.4 RACEWAY SEALING A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant or approved equal. 3.5 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values shall be specified in the manufacturer's instructions. 3.6 FIELD ADJUSTING A. Adjust all equipment for proper range and field conditions, as described in the manufacturer's instructions. B. Any field adjustments, required for proper system operation, shall be included in the Final O&M. 3.7 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. B. Test each interlock system for proper functioning. C. Test all control logic for proper operation. 3.8 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.9 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. END OF SECTION CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 SECTION 40 73 00 PRESSURE MEASUREMENT PART1- GENERAL 1.1 SCOPE OF WORK 407300- 1 PRESSURE MEASUREMENT Page I of 6 A. Furnish, install and test all pressure measurement, pressure control devices and appurtenances, as shown on the Drawings, specified in the Related Work Sections and Divisions, and as specified herein. B. Pressure equipment, specified in other Divisions, shall be manufactured in accordance with this Section, and submitted as a part of the equipment specified in other Divisions. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the meter or relay provides every specified requirement. Any options or exceptions shall be clearly indicated. B. Submittals for equipment specified herein, for other Sections or Divisions, shall be made as a part of equipment submittals furnished under other Sections or Divisions. C. Installation experience documentation shall be submitted for approval with the Section Equipment Submittal D. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall be constructed in accordance with Division 1 and shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. ANSI 1340.1 Pressure Gauges CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih, Project Number 10-1116-2 Revised May 11,2022 407300-2 PRESSURE MEASUREMENT Page 2 of 6 2. ASME PTC 19.2 Pressure Measurement 3. ANSI B88.1 Pressure Transducers Calibration 4. ISA S37.6Strain Gage Transducers Potentiometric 5. ISA S37.3 5 Vacuum Gauges 6. IEC 79-10 Intrinsically Safe Circuits 7. IEC 79-3 8. 913 Electrical Instruments in Hazardous Atmospheres B. All meters, relays and associated equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar instrumentation equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. PART2- PRODUCTS 2.1 PRESSURE TRANSMITTERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Foxboro 2. Rosemount 3. Endress + Houser 4. Siemens B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Provide surge protection for each instrument. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407300-3 PRESSURE MEASUREMENT Page 3 of 6 D. Type 1. Microprocessor based intelligent type, diaphragm actuated. 2. The instrument shall measure gage pressure. E. Function/Performance 1. Accuracy: Plus or minus 0.1 percent of calibrated span. 2. Over Range Protection: Provide positive over range protection to maximum process pressure. 3. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 20 v/m field intensity. 4. Output: 4-20 mA 5. Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50 degrees F temperature change. F. Physical 1. Electrical Classification: Intrinsically safe or explosion proof for Class I and Class II, Division 1 locations. 2. Enclosure: Rated NEMA 4X. 3. Diaphragm Sensor Material: 316 Stainless Steel alloy or Hastelloy C. 4. Sensor Fill Fluid: Shall be suitable for process fluid being measured. When used for chemical metering service, the fill fluid shall be rated for the chemical being measured. G. Power Requirements 1. Loop powered two wire type H. Required Options/Accessories 1. If required to meet the range or suppression/elevation requirements, the Contractor shall supply a differential pressure transmitter. 2. Provide a shutoff valve and mounting bracket for each transmitter. 3. Provide an integral indicator scaled in engineering units. 2.2 MANIFOLDS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. D/A Manufacturing Model GP5TC 2. Parker H Series 3. Swagelok B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Provide fully machined surfaces. D. Type 1. Type as shown on Drawings or specified else ware. E. Functions/Performance CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407300-4 PRESSURE MEASUREMENT Page 4 of 6 1. Five or three valve, as shown or specified else ware. F. Physical 1. Manifold shall be of 316 stainless steel. 2. Flanged or Trans -mount as shown on the Drawings. G. Power Requirements 1. None PART 3 - EXECUTION 3.1 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience 3.2 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by the manufacturer. 3.3 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless otherwise shown on the Drawings. Fittings shall be of the compression type, 316 stainless steel. C. All conduit entries into the instruments shall use hubs of watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H 150GRA Series, or equal. D. Install stainless steel instrument labels with instrument ID, secured with safety wire. 3.4 RACEWAY SEALING A. Where raceways enter instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant or approved equal. 3.5 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values shall be specified in the manufacturer's instructions. 3.6 FIELD ADJUSTING A. Adjust all equipment for proper range and field conditions, as described in the manufacturer's instructions. B. Any field adjustments, required for proper system operation, shall be included in the Final O&M. CITY OF FORT WORTH SS[V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407300-5 PRESSURE MEASUREMENT Page 5 of 6 3.7 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. 3.8 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.9 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. END OF SECTION CITY OF FORT WORTH SS1V Floc Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407300-6 PRESSURE MEASUREMENT Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800- 1 PANEL MOUNTED CONTROL DEVICES Page I of 10 SECTION 40 78 00 PANEL MOUNTED CONTROL DEVICES PART1- GENERAL 1.1 SCOPE OF WORK A. This Section of the Specifications describes the requirements for panel mounted equipment to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.2 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references and include such information or work as may be specified. 1.3 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification section as applicable with the control panel submittal as referenced in the related work paragraph. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the devices provide every specified requirement. Any options or exceptions shall be clearly indicated. 1.4 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA/ISCI 109 Transient Over Voltage Withstand Test 2. IEEE Std. 472/ANSI C37.90.2 Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 3. IEC 255.4 Surge Withstand Capability Tests 4. NEMARCS I General Standard for Industrial Control Systems. 5. NEMA/ICS 4 Terminal Blocks for Industrial Use. 6. NEMA/ICS 6 Enclosures for Industrial Control Systems. 7. NEMA LS I Low Voltage Surge Protective Devices. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-2 PANEL MOUNTED CONTROL DEVICES Page 2 of 10 8. UL 1449 Third Edition — Surge Protective Devices B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.5 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.6 WARRANTY A. The Manufacturer shall warrant the specified equipment to be free from defects in material and workmanship for one (1) year from date of acceptance of the assembly containing the items specified in this Section. Within such period of warranty, the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. PART 2 - PRODUCTS 2.1 MODE SELECTOR SWITCHES, PUSHBUTTONS AND INDICATING LAMPS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Allen Bradley 2. Cutler Hammer 3. GE 4. Square D B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Construction 1. 30mm Diameter 2. Corrosion resistant 3. NEMA 4/4X/13 without booted covers 4. "Finger safe" contact blocks, 10A rating 5. Function indicating colors per NFPA 79 unless otherwise shown on the Drawings. 6. Engraved corrosion resistant nameplates 7. LED lamps CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-3 PANEL MOUNTED CONTROL DEVICES Page 3 of 10 8. Mode selector switches shall have 1 spare set auxiliary contacts. 9. Indicator lights to be Push -to -Test 10. Potentiometer ratings to match I/O devices connected 2.2 TERMINAL BLOCKS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Terminal Blocks 1. Terminal blocks shall be DIN -rail -mounted one-piece molded plastic blocks with tubular -clamp -screw type, with end barriers, dual side terminal block numbers and terminal group identifiers. Terminal blocks shall be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal conductors. 2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 3. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 4. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap -screw type terminal blocks with crimp type, pre -insulated, ring -tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap - screw terminal point. 5. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals. 6. Do not land more than two conductors per terminal point. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 7. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended ferrules. Ferrules shall be provided with plastic sleeves. 9. Provide an AC ground bar bonded to the panel enclosure, if metal, with 20 percent spare terminals. 10. Provided ground terminal blocks for each twisted -shielded pair drain wire. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-4 PANEL MOUNTED CONTROL DEVICES Page 4 of 10 2.3 WIRE TROUGHS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Panduit 2. Taylor 3. Approved equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low voltage twisted shielded pair cable conducting analog 4-20 mA signals or communications low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power 2.4 DIN RAILS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Standard 35 mm rails shall be made of steel zinc -plated and chromated. Rails shall be 7.5 min tall minimum and meet standard EN 60715: 2001. 2.5 SIGNAL ISOLATORS, BOOSTERS, CONVERTERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2. Acromag Inc. 3. Moore Industries B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 1. Type: a. Externally powered solid-state electronic type. Loop powered devices are not acceptable. 2. Functional/Performance: a. Accuracy - 0.15 percent. b. Inputs - Current, voltage, frequency, temperature, or resistance as required. c. Outputs - Current or voltage as required. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-5 PANEL MOUNTED CONTROL DEVICES Page 5 of 10 d. Isolation - There shall be complete isolation between input circuitry, output circuitry, and the power supply. e. Adjustments - Zero and span adjustment shall be provided. f. Protection - Provide RFI protection. g. 24 Volt DC power input. 3. Physical: a. Mounting - Suitable for DIN Rail mounting in an enclosure or instrument rack. 4. Options/Accessories Required: a. Mounting rack or general-purpose enclosure as required. 2.6 PANEL DISPLAYS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Precision Digital 2. Red Lion 3. Moore Industries B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Displays shall be as shown on the Drawings or where otherwise specified. D. Design and fabrication: 1. 4-20 mA, ± 10 V, TC & RTD Inputs 2. Rating: NEMA 4X, IP65 without the use of a separate cover. 3. Shallow Depth Case 3.6" Behind Panel 4. Power Supply: 85-265 VAC 5. Optional features to be supplied: two relays providing form A contacts, software settable at independent values. 6. Output: analog 4-20 mA 7. Display: minimum digit height of 2.5 inches; sunlight readable 2.7 RELAYS AND TIMERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Square D 2. IDEC 3. Potter -Broomfield. 4. Allen-Bradley B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Type: 1. Relays shall be double pole, double throw (form C) except PLC/RTU UO buffer relays which shall be single pole, (form C), spade plug in type with a transparent dust cover. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-6 PANEL MOUNTED CONTROL DEVICES Page 6 of 10 2. Units shall be of the general-purpose plug-in type. D. Functional/Performance: 1. Coil voltage shall match supply voltage. 2. Contact arrangement/function shall be as required to meet the specified control function. 3. Mechanical life expectancy shall be more than 10,000,000 cycles. 4. Duty cycle shall be rated for continuous operation. 6. Solid state time delays when specified and/or required for intended functionality to be provided with polarity protection (DC units) and transient protection. 7. Time delay units shall be adjustable and available in ranges from .1 second to 4.5 hours. 8. Plug-in general-purpose relay. 9. Blade connector type. 11. Relay sockets are DIN rail mounted. 12. Internal neon or LED indicator is lit when coil is energized. 13. Clear polycarbonate dust cover with clip fastener. 14. Operating temperature: -20 to +150 Deg F. 15. UL listed or recognized. E. Ratings: 1. For 120VAC service provide contacts rated 10 amps at 120VAC, for 24VDC service provide contacts rated 5 amps at 28VDC, for electronic (milliamp/ millivolt) switching applicator provide gold plated contacts rated for electronic service. 2. For PLC/RTU input buffer relays, provided a minimum of 5-amp contact rating. For all PLC/RTU output buffer relays, provided minimum 8 amps inductive load rated contacts. 3. Where PLC/RTU input/output buffer relays are a space constraint Crydom Series One DR optically isolated solid-state relays can be proposed. F. Physical 1. DIN Rail mounting base 2. Screw Terminals G. Options/Accessories Required: 1. Provide mounting sockets with pressure type terminal blocks rated 300 volts and 10 amps minimum. 2. Provide mounting rails/holders as required. 2.8 ANALOG SIGNAL SURGE PROTECTORS (SPDS) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. AGM Electronics 2. Acromag Inc. 3. Moore Industries 4. Phoenix Contact CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-7 PANEL MOUNTED CONTROL DEVICES Page 7 of 10 5. Emerson EDCO B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Type: 1. DIN Rail mounting for control and termination panels. 2. For loop powered transmitters provided pipe nipple style mounting at the transmitter. D. Minimum Ratings: 1. Peak Surge Current 10 kA 2. Response Time <5 Nanoseconds 3. Voltage Clamp >26 Volts 2.9 POWER SUPPLIES A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. PULS Silverline 2. Phoenix Contact 3. Sola 4. Cosel KH Series B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Design and fabrication 1. Converts 120 VAC input to DC power at required voltage. 2. Sized as required by the load. Minimum 2.4 Amp output 3. AC input: 120 VAC +10 percent -13 percent; 47 to 63 HZ. 4. Provision for output failure alarm contact. 5. DIN rail mounting. 6. All Power Supplies shall be redundant pairs. 2.10 CONTROL POWER TRANSFORMERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Allen Bradley 2. General Electric 3. Cutler Hammer 4. Square D B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Control Power Transformers CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cityv Project Number 103116-2 Revised May 11,2022 407800-8 PANEL MOUNTED CONTROL DEVICES Page 8 of 10 1. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for all the load, including space heaters, plus 25% spare capacity, and shall be not less than 100VA. 2. Transformer mechanical ratings shall equal the short circuit rating of the circuit breaker or MCP. 3. Control power transformers shall be 120 volts grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 4. All control power transformers shall have vacuum cast primary and secondary coils using epoxy resin. 2.11 SINGLE PHASE UPS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. APC 2. Powerware 3. Tripp Lite 4. CyberPower 5. Falcon Electric Inc. 6. Intellipower 7. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Design and fabrication 1. Rating: 120VAC, 60 hertz, 1000 VA minimum shall provide uninterrupted conditioned power fully loaded conditions for 30 minutes. 2. Description: On line dual track power conditioner and true (zero second transfer time) uninterruptible power supply providing isolation, line regulation and conditioning, using sealed maintenance free batteries and switch mode power supply for uninterrupted power. 3. Lightning and Surge Protection: IEEE/ANSI C62.4.1. 4. Regulation: 1-3 percent load regulation with less than 2pF effective coupling capacitance for line to load. 5. Output Waveform: Computer grade sine -wave with 3% maximum single harmonic and 5% maximum total harmonic distortion. 6. Output Frequency: 60 hertz +/- 0.5 hertz. 7. Operating Temperature: located in indoor conditioned spaces 0 degrees to +40 degrees Centigrade. All other locations -20 to 55 degrees Centigrade 8. Relative Humidity: 5% — 90% without condensation. 9. Input Protection: Independent battery charger fuse and DC fuses. 10. Output Protection: Current limited. 11. AC Input: 120V, 6011z, single phase, +15%, -20%. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 407800-9 PANEL MOUNTED CONTROL DEVICES Page 9 of 10 12. Provide Simple Network Monitoring Protocol (SNMP) Ethernet interface for all units. Where shown on the drawings provide a dry contact interface of UPS status in place of SNMP interface. 13. Provide an external maintenance bypass switch with an auxiliary contact for each UPS supplied. The switch shall transfer power without interrupting the load utilizing make before brake contacts. The switch shall provide auxiliary contact to monitor switch position. a. Maintenance switch as manufactured by Control Switches International N series, Electroswitch, or approved equal. b. Contacts rated for 120 volts AC and 10 amperes minimum. 2.12 TEMPERATURE SWITCH DIN RAIL MOUNTED A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: I. Pentair 2. Hammond 3. Mean Well 4. Approved Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Design and fabrication 1. Contact Rating: 120VAC, 10 Amp normally closed for high temperature detection use, normally open for heating/condensate control use 2. Adjustable range minimum 32 — 100 degrees F 3. Terminals for 14 AWG conductors. 4. DIN rail mounting 2.13 PANEL INTRUSION SWITCH A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Invent Hoffman ALFSWD b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. The contact rated a minimum of I -amp 24VDC / 120 VAC. 2. Mounting hardware shall be stainless or galvanized steel for attachment to the inner lip of the panel door frame. 3. Contact opens when door is not fully closed. CITY OF FORT WORTH SS/V F/om, Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-2 Revised May 11,2022 40 78 00 - 10 PANEL MOUNTED CONTROL DEVICES Page 10 of 10 2.14 NAMEPLATES A. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic, matte finish, black lettering on a white background, not less than 1/1 6-in thick by 1/2-in by 1-1/2-in, Rowmark NoMark Plus or equal, Nameplates shall be attached to the backplate with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X'/z", no equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residues has been removed. Epoxy adhesive or foam tape is not acceptable. 2.15 PANEL INTERFACE CONNECTOR (PIC) A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Automation Direct a. Model: Zip Port Series 2. Grace Engineered Products, Inc. a. Model: GracePort Series 3. Saginaw Control Engineering. a. Programming Ports B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. For all PLC control panels, provide a Panel Interface Connector (PIC) pass -through unit that will mount to the outside of the control panel to give the capability to interface with the PLC without the need to open the enclosure door. D. Design and fabrication: Interface shall include the following: a. UL Recognized and RoHS compliant b. Housing rating shall match or be of higher NEMA rating than control panel c. Gasket: thermo-plastic (TPE) d. One GFCI power outlet with rating of 120 VAC e. One Ethernet RJ-45 type 10/100 port connected to control panel switch. f. Cover shall be attached with a continuous hinge and lockable. Provide locks for all interfaces keyed alike PART 3 - EXECUTION 3.1 INSTALLATION A. All equipment specified herein shall be installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 40 80 00 - 1 PROCESS CONTROL SYSTEMS TESTING Page 1 of 8 SECTION 40 80 00 PROCESS CONTROL SYSTEMS TESTING PART1- GENERAL 1.1 SCOPE OF WORK A. Provide all testing and commissioning equipment, materials, incidentals and labor, necessary to perform and coordinate the system check-out and startup, commissioning, field testing and overall training for the Instrumentation and Controls System. B. The Contractor's Process Control Systems Integrator (PCSI) shall supervise and/or perform the requirements of this Section. As part of these services, the PCSI shall include, for those equipment items not manufactured by him, the services of an authorized manufacturer's representative to check the equipment installation and place that portion of the equipment in operation. The manufacturer's representative shall be thoroughly knowledgeable about the installation, operation, and maintenance of the manufacturer's equipment. 1.2 SYSTEM CHECKOUT AND START-UP A. The Contractor, PCSI, and Instrument Suppliers, as applicable, shall perform the following: 1. Check and confirm the proper installation of all instrumentation and control components and all cable and wiring connections between the various system components prior to placing the various processes and equipment into operation. 2. Conduct a complete system checkout and adjustment, including calibration of all existing instruments, tuning of control loops, checking operation functions, and testing of final control actions. All problems encountered shall be promptly corrected to prevent any delays in startup of the various unit processes. B. Contractor shall provide all test equipment necessary to perform the test during System checkout and startup. C. Contractor and/or system supplier shall be responsible for initial operation of the instrumentation and control system and shall make any required changes, adjustment or replacements for operation, monitoring, and control of the various processes and equipment necessary to perform the functions intended. D. Contractor shall furnish to the Engineer certified calibration/recalibration (for existing Instruments) reports for field instruments and devices specified herein as soon as calibration is completed. 1. Receipt of any calibration/recalibration certificates shall in no way imply acceptance of any work or instrument. 2. Each calibration/recalibration certificates shall be signed and dated by an authorized representative of Contractor. Three copies of each completed certificate shall be submitted to Engineer. 3. A typical form shall be as attached. CITY OF FORT WORTH S.SIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 408000-2 PROCESS CONTROL SYSTEMS TESTING Page 2 of 8 E. Contractor shall furnish to Engineer two copies of an installation inspection report certifying that all equipment has been installed correctly and are operating properly. The report shall be signed by authorized representatives of both Contractor and the system supplier. 1.3 GENERAL REQUIREMENTS A. The PCSI shall test all equipment as a system at the PSCI facility prior to shipment. Unless otherwise specified in the individual specification sections, all equipment provided by the PCSI shall be tested as a single fully integrated system. B. As a minimum, the testing shall include the following: 1. Un-witnessed Factory Test (UFT) 2. Witnessed Factory Test (WFT) 3. Operational Readiness Tests (ORT) 4. Functional Demonstration Tests (FDT) 5. 10-Day Site Acceptance Tests (SAT) C. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement shall be satisfied. D. All tests shall be conducted in accordance with prior Engineer -approved procedures, forms, and check lists. Each specific test shall be described and followed by a section for sign off by the appropriate party after its completion. E. Copies of these sign off test procedures, forms, and check lists will constitute the required test documentation. F. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provides suitable means of simulation. Define these simulation techniques in the test procedures. G. The General Contractor shall require the Integration Subcontractor to coordinate all testing with the Engineer, all affected Subcontractors, and the Owner. H. The Engineer reserves the right to test or retest all specified functions whether or not explicitly stated in the prior approved Test Procedures. I. The Engineer's decision shall be final regarding the acceptability and completeness of all testing. J. No equipment shall be shipped to the Project Site until the Engineer has received all test results and approved the system as ready for shipment. K. The PCSI shall furnish the services of servicemen, all special calibration and test equipment and labor to perform the field tests. L. Correction of Deficiencies 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revised May 11,2022 408000-3 PROCESS CONTROL SYSTEMS TESTING Page 3 of 8 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 UNWITNESSED FACTORY TEST (UFT) A. The entire system, except primary elements, final control elements, and field mounted transmitters, shall be interconnected and tested to ensure the system operates as specified. All analog and discrete input/output points not interconnected at this time shall be simulated to ensure proper operation of all alarms, monitoring devices/functions, and control devices/functions. B. All panels and assemblies shall be inspected and tested to verify that they are in conformance with related submittals, specifications, and Contract Drawings. C. During the tests all digital system hardware and software shall have operated continuously or five days without a failure to verify the system is capable of continuous operation. The un-Witnessed Factory Test results shall be submitted to the Engineer for approval prior to the start of the Witnessed Factory Test (WFT). 3.2 WITNESSED FACTORY TEST (WFT) A. Before scheduling the Witnessed Factory Test, the PCSI must determine through his own test and quality assurance program that the equipment is ready for shipment to the jobsite. B. All system tests specified for the Un-Witnessed Factory Test shall be repeated. C. The WFT will be a joint test by the PCSI and the ASP conducted at the PCSI facility. D. After receiving Un-witnessed Test approval, the PCSI shall notify the Engineer and Owner in writing that the system is ready for the Witnessed Test. The Engineer and/or Owner shall schedule a test date within 30 days of receipt of the Ready to Test letter. At the time of notification, the PCSI shall submit any revisions to the detailed test procedure previously approved by the Engineer. E. This test shall verify the functionality, performance, and stability of the hardware and software. The system must operate continuously for 100 hours without failure before the test shall be judged successful. Successful completion of this test, as determined by the Engineer, shall be the basis for approval of the system to be shipped to the site. F. The various tests performed during the Witnessed Factory Test shall be designed to demonstrate that hardware and software fulfill all the requirements of the Specifications and Contract drawings. The test conditions shall resemble, as closely as possible, the actual installed conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the Owner. G. The ASP shall be responsible to simulate the VO signals for any equipment or device communicating with any new or existing PLC through peer -to -peer network by using a computer system with appropriate simulation software to implement the memory map in the protocol as specified elsewhere. Simulating the 1/0 signals by forcing them from the PLC programming software will not be acceptable. H. Tests to be performed shall include, but not be limited to, the following: 1. Demonstrate operability of all equipment CITY OF FORT WORTH SSIVFlow Trnn#% rStation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citr Project Number 103116-2 Revised May 11,2022 408000-4 PROCESS CONTROL SYSTEMS TESTING Page 4 of 8 2. Demonstrate operability of the control data communication network under anticipated full load conditions 3. 100 percent point check of 1/0, including wiring 4. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/RIO from the HMI software at all operator workstations 5. Demonstrate the ability to share data between operator workstations and servers 6. Demonstrate the ability of each workstation to print reports on all network printers 7. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN 8. Demonstrate the operability of all mass storage equipment 9. Demonstrate communication failure and system restart 10. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server shutdown and on power restoration the servers shall restart. 11. Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 12. Demonstrate procedure for backing up the computer system (including PC and PLC); reload using a backup; and completely restoring a PC and/or PLC from a backup. 13. Demonstrate the ability of each workstation to print alarm/events on the local printer. During the test for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system. I. All analog control panels shall be included in these tests. J. All deficiencies identified during these tests shall be corrected and retested prior to completing the Witnessed Test as determined by the Owner/Engineer. K. The following documentation shall be made available to the Engineer at the test site both before and during the Witnessed Factory Test: 1. 'All Contract Drawings and Specifications, addenda, and change orders 2. Master copy of the test procedure 3. List of the equipment to be tested including make, model, and serial number 4. Design -related hardware submittal applicable to the equipment being tested 5. Software license L. The daily schedule during these tests shall be as follows: 1. Morning meeting to review the day's test schedule 2. Scheduled tests and signoffs 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule 4. Unstructured testing period by the witnesses M. All test data and procedures followed during testing shall be logged and certified copies of the logs shall be provided to the Engineer and Owner. CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised May 11,2022 408000-5 PROCESS CONTROL SYSTEMS TESTING Page 5 of 8 3.3 OPERATIONAL READINESS TESTS (ORT) A. Prior to startup and the Functional Demonstration Test, the entire system shall be certified (inspected, tested, and documented) that it is ready for operation. The ORT may be witnessed by the Owner/Engineer, fully or partially, at their discretion. B. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittal's and these Specifications. 1. The Loop/Component Inspections and Input / Output Tests shall be implemented using Engineer -approved forms and check lists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check off items with space for sign off by the PCSI. 1) Project Name 2) Loop Number 3) Tag Number for each component 4) Check offs/sign offs for each component b. Tag/identification c. Installation d. Termination — wiring e. Termination — tubing f. Calibration/adjustment — Check offs/sign offs for the loop g. Panel interface terminations h. UO interface terminations i. UO signal operation j. Inputs/outputs operational: received/sent, processed, and adjusted. k. Total loop operation — Provide space for comments 1. Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign off by the PCSI: 1) Project Name 2) Loop Number 3) Component Tag Number of UO Module Number 4) Component Code Number Analog System 5) Manufacturer (for Analog system element) 6) Model Number/Serial Number (for Analog system) 7) Summary of Functional Requirements: a) Indicators and Recorders: Scale and chart ranges b) Transmitters/Converters: Scale and chart ranges c) Computing Elements: Function d) Controllers: Action (direct/reverse) control Modes (PID) e) Switching Elements: Unit range, differential f) (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) g) I/O Modules: Input or output 2. Calibrations: CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 103116-2 Revised May 11,2022 408000-6 PROCESS CONTROL SYSTEMS TESTING Page 6 of 8 a. Analog Devices: Required and actual inputs and outputs at 0, 25, 50, 75, and 100 percent of span, rising and falling b. Discrete Devices: Required and actual trip points and reset points c. Controllers: Mode settings (PID) d. 1/0 Modules: Required an actual inputs or outputs for 0, 25, 50, 75, and 100 percent of span, rising and falling. 1) Provide space for comments 2) Space for sign off by the PCSI. 3. The General Contractor shall require the PCSI to maintain the Loop Status Reports and Component Calibration Sheets at the job -site and make them available to the Engineer/Owner at any time. 4. These tests do not require witnessing by the Owner/Engineer; however, the Owner/Engineer reserve the right to request the Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically when on site and upon completion of the Operational Readiness Test, all documentation shall be submitted as required herein. 3.4 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Prior to startup and the 10 Day Site Acceptance Test, the entire installed instrument and control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the Operational Readiness Tests. The FDT will be a joint test by the PCSI and the Equipment suppliers. B. Once the facility has been started up and is operating, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with these Specifications. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and site -by -site basis. C. Loop -specific and non -loop -specific tests shall be the same as specified under Functional Demonstration Tests except that the entire installed system shall be tested and all functionality demonstrated. D. Updated versions of the documentation specified to be provided for during the tests shall be made available to the Engineer at the job -site both before and during the tests. In addition, one copy of all O&M Manuals shall be made available to the Engineer at the job -site both before and during testing. E. The daily schedule specified to be followed during the tests shall also be followed during the Functional Demonstration Test. F. The system shall operate for 100 continuous hours without failure before this test shall be considered successful. G. Demonstrate communication failure and recovery 3.5 10-DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests, the PCSI shall be responsible for operation of the entire system for a period of 10 consecutive days, under conditions of full plant process operation, without a single non - field repairable malfunction. B. During this test, plant operating and PCSI personnel shall be present as required. For this test, the PCSI is expected to provide personnel who have an intimate knowledge of the system hardware and software. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revised May 11,2022 408000-7 PROCESS CONTROL SYSTEMS TESTING Page 7 of 8 C. While this test is proceeding, the Owner shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. D. Any malfunction during the tests shall be analyzed and corrected by the PCSI. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. E. During this 10 consecutive day test period, any malfunction which cannot be corrected within 24 hours of occurrence by PCSI personnel, or more than two similar failures of any duration, will be considered a non -field -repairable malfunction. F. Upon completion of repairs by the PCSI, the test shall be repeated as specified herein. G. In the event of rejection of any part or function, the PCSI shall perform repairs or replacement within 5 days. H. The total availability of the system shall be greater than 99.5 percent (99.5%) during this test period. Availability shall be defined as: Availability = (Total Testing - Time -Down Time) / Total Testing Time I. Down times due to power outages or other factors outside the normal protection devices or back-up power supplies provided shall not contribute to the availability test times above. J. Upon successful completion of the 30-day site acceptance test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete, and the one-year warranty period shall commence. CITY OF FORT WORTH SS1V Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number103116-2 Revised May 11,2022 408000-8 PROCESS CONTROL SYSTEMS TESTING Page 8 of 8 CALIBRATION CERTIFICATE Tag Number/Loop Number: Loop Description Instrument Location Manufacturer Model Number Adjustable Range Calibrated Range Remarks Installation Per Manufacturer's Requirements? Yes Installation Per Contract Documents? Yes If "No", explain Calibration Test: Input (Units) Output (Units) 0% 25% 50% 75% 100% Switch Test Switch Switch Point Point Upscale Downscale No No Accuracy Setting Deadband Setpoint 1 Setpoint 2 Setpoint 3 1 hereby certify that the above information is correct and accurate, to the best of my knowledge, and that the instrument indicated above has been supplied, installed, calibrated, and tested in accordance with the manufacturer's recommendations and the Contract Documents, unless otherwise noted. Receipt of this Calibration Certification shall in no way imply acceptance of any work or instrument supplied as a part of this Contract. Contractor's Signature: Date: END OF SECTION CITY OF FORT WORTH SSIV Flow Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 103116-2 Revised May 11,2022 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH SS1V Flow Trnnyfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih• Project Number 103116-2 Revised July I, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SSIV Flow Transjer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103116-2 Revised July 1, 2011 D223124164 07/14/2023 08:50 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records, MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAYREMOVE 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 103116 Southside IV Flow Transfer Station Parcel No. 3 PWE 10600 W Cleburne John Korticky Survey, Abstract Number 914,�,+� '� 1� �_e (;QI+�� `� C City of Fort Worth, Tarrant County, Texas Tract 3 �� � �r�0� ��,;,� Uo99�j-t S� ` STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT EFFECTIVE DATE: Apr 12, 2023 GRANTORS: WUSF 5 ROCK CREEK EAST, LP WALTON TEXAS, LP GRANTORS' MAILING ADDRESS (including County): 8800 N. Gainey Center Dr., SUITE 345 SCOTTSDALE, AZ, 85258 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. Grantors, subject to the exceptions, reservations, and limitations herein, for the Consideration paid to Grantors, hereby grant, sell, and convey to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Water Main Facility, hereafter referred to as "Facility." The Facility includes all necessary incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole WATER FACILITY EASEMENT FOR— i�TH. Rev. 20220109 465187 4 D223124164 Page 2 of 8 vents, lateral line connections, valves, pipelines, water meters, and junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantors (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit; notwithstanding the foregoing, Grantors shall be permitted to install and maintain concrete, asphalt or gravel driveways, roads, alleys, sidewalks, traits, and parking lots across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder, provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Because this easement is given under threat of Grantee's use of its eminent domain powers to acquire the easement rights in this easement agreement, Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantors or the Grantors' heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantors in this acquisition. Grantee shall clean up and remove all trash and debris and repair all damages caused by the use of the Easement Property by Grantee and/or Grantee's agents, consultants, contractors and/or subcontractors. Grantee shall also restore the surface of the Easement Property to its condition prior to said use of the Easement Property, including without limitation the reseeding of grasses and other ground cover. The person signing this document on behalf of the Grantors warrant that he or she has the legal authority to execute this permanent 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 Grantors. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. Grantors' grant of rights to Grantee by this Easement Agreement is: (i) made without warranty of title, either express or implied; (ii) subject to the terms, conditions, limitations, exceptions, and reservations contained in this Easement Agreement; and (iii) subject to all other valid existing liens, encumbrances, conditions, reservations, and easements affecting the Easement Property to the extent such are presently filed of record or apparent on the ground. GRANTEE IS TAKING ITS RIGHTS IN THE EASEMENT PROPERTY "AS IS, WHERE IS" AND WITHOUT ANY REPRESENTATIONS OR ANY EXPRESS OR IMPLIED WARRANTIES. GRANTORS DISCLAIM ANY WARRANTIES AND REPRESENTATIONS, WATER FACILITY EASEMENT Rev. 20220109 FoR_ r�WoR_rH. 465167.4 U223124164 Page 3 of 8 EXPRESS OR IMPLIED, REGARDING THE SUITABILITY OF THE EASEMENT PROPERTY FOR USE IN INSTALLING OF GRANTEE'S WATER MAIN FACILITIES. GRANTEE REPRESENTS AND WARRANTS TO GRANTORS THAT GRANTEE IS RELYING SOLELY ON ITS OWN INDEPENDENT INSPECTIONS TO DETERMINE SUCH SUITABILITY. Grantee warrants that the person signing this document on behalf Grantee has the legal authority to execute this Easement Agreement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper action of Grantee. Grantors are fully entitled to rely on Grantee's warranty and representation in the prior sentence in accepting this Easement Agreement. Time is of the essence under this Easement Agreement. Grantee represents and confirms that: (i) Grantee has been advised that some of the owners of the Easement Property are foreign persons under the Foreign Investment in Real Property Tax Act of 1980 ("FIRPTA"); (ii) that some of the payments Grantee will make pursuant to the terms of this Easement Agreement will be received by Grantors on behalf of such foreign persons; and (iii) Grantee is a "political subdivision" under Treas. Reg 1.445-2(d)(5) and therefore exempt from the withholding requirement of FIRPTA with respect to the payments Grantee will make pursuant to the terms of this Easement Agreement. TO HAVE AND TO HOLD unto Grantee, without warranty of title, either expressed or implied, subject to the terms, conditions, limitations, exceptions, reservations, and conditions contained herein. 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] WATER FACILITY EASEMENT Rev. 20220109 Fo_ ar� H. 465167.4 D223124164 Page 4 of 8 Grantor: Walton Texas, LP, a Texas limited partnership, on behalf of itself in its capacity as owner and on behalf of all other owners in its capacity as manager, operator or agent, as applicable By: Walton Texas GP, LLC, a Texas limited liability company Its: General Partner By: Walton International Group, Inc., a Nevada corporation Its: Manager By: l ,( „ L Name: Todd Woodhead Title: Vice President ACKNOWLEDGEMENT WALTON TEXAS. LP STATE OF ARIZONA § COUNTY OF MARICOPA § This instrument was acknowledged before me on this 13th day of March 2023, by Todd Woodhead as Vice President of Walton International Group, Inc., a Nevada corporation, as Manager of Walton Texas GP, LLC, a Texas limited liability company, as General Partner of Walton Texas, LP, a Texas limited partnership. JULIE GILLETT Notary Public - slab of Aro" MARICOPA COUNTY Commission # 835441 Expires August 05, 2026 WATER FACILITY EASEMENT Rev. 20220109 A a Noblic, State of Arizona My Commission Expires: 08/05/2026 My Commission Number: 635441 Fo� H. 465167.4 L1LL3l Z41 b4 Page 5 of 8 Grantor: WUSF 5 Rock Creek East, LP, a Texas limited partnership By: WUSF 5 Rock Creek East GP, LLC, a Delaware limited liability company Its: General Partner By: Walton U.S. Land Fund 5, LP, a Delaware limited partnership Its: Manager By: WUSF 5 GP, LLC, a Delaware limited liability company Its: General Partner By: Walton Land Management (USA), Inc., a Delaware corporation Its: Manager By: Name: Tndrl Whadhearl Title: VCe P, reSir(ant ACKNOWLEDGEMENT WUSF 5 ROCK CREEK EAST. LP STATE OF ARIZONA COUNTY OF MARICOPA This instrument was acknowledged before me on this 13th day of March 2023, by Todd Woodhead as Vice President of Walton Land Management (USA), Inc., a Delaware corporation, as Manager of WUSF 5 GP, LLC, a Delaware limited liability company, as General Partner of Walton U.S. Land Fund 5, LP, a Delaware limited partnership, as Manager of WUSF 5 Rock Creek East GP, LLC, a Delaware limited liability company, as General Partner of WUSF 5 Rock Creek East, LP, a Texas limited partnership. JUUE GILLETT�1l Notary Public, State of Arizona MARICOPACOUNTY *41 os 2026 My Commission Expires: 08/05/2026 WATER FACILITY EASEMENT Rev. 20220109 My Commission Number: 635441 Fo�. 465167.4 D223124164 Page b or s ACCEPTED BY: GRANTEE: City of Fort Worth Daha grZ4LO ff By (Signature): Dana Burghdoff(Ap12,20231 311CDT) (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 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 Apr 12, 2023 [SEAL] o� YP�e� SELENA ALA 0 Notary Public STATE OF TEXAS �� P Notary I R 1320528 OF My Comm, hp, Mai, 31, 2024 TEMPORARY CONSTRUCTION EASEMENT Rev. 20220 ] 09 Selena Ala (Apr 12, 2023 13:14 CDT) Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3/31/2024 Fo� H• AR47RO Z D223124164 rage i OT 0 EXHIBIT 'A " 15WAYF.RF-ASF'MM1VT 855SQFTOR ao2oACRESOFLAND JOIE VKORI YCXYSUR VEY, ABSTRACT914 LOT 13 04 cq /1 C=OFFORTWORT6, TARRANY'Ci011N7YTF.XA.S �1/2" CIRF 'iN/ZELL N I IRPLS 1967" 0 CURVE TABLE A CURVE # LENGTH RADIUS DELTA CHORD BEARING CHORD LENGTH W A 0 z I Cl 15.00' 1050.00' 0°49'07" N18'11'44"E 15.00' Q 3 a V I U 0. 0 -: LINE TABLE E~ rx mLINE # BEARING LENGTH I U w L1 N72°01'10'W 16.81' L2 S72°01'10"E 14.30' 0 m N i z z W 2 Li 0 O 0- 0 0 0 0 z O a a a a (A (A S 0 O 3 0 O n O 0 N 0 i U W O Of D_ i (A U z a 0 L3 S00"37'46"E 15.00' TRACT 3 79.377 ACRES WUSF 5 ROCK CREEK EAST, LP ao INST. NO. D216007268 I 0. P. R. T. C. T. 30' TEMPORARY CONSTRUCTION EASEMENT BY SEPARATE INSTRUMENT I N 89022'39" E 40.22' LEGEND: POB POC IRF CM L— 15' WATER EASEMENT 855 SQUARE FEET OR 0.020 ACRES POINT OF BEGINNING POINT OF COMMENCING IRON ROD FOUND CONTROLLING MONUMENT NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT DRAWING. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. I vJ n jLQ I Zoe U LuQcc Q1 �m I o o U I 35 X31 ' WATER I VALVE EASEMENT BY I I SEPARATE i I INSTRUMENT ••- �POB I �Zm Q) NET 44S9'W sov-,qv" 1+oo %,-c��J,(- t,1�7 `�\ F`"S`x I 0 20 40 GRAPHIC SCALE IN FEET SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM #10193890 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 06-21-2022 112" CIRF "RPLS 4277" POC I LOT 14 �E OF TF •��srfR + * ROBERT P. ALLEN ..................... 0 6495Ess � SUR�V D223124164 Page 8 of 8 EXHIBIT 'B" N a N N 0 4i a 0 z a 3 } 0 0 U i� m 0 3 0 w 3 Y W W a: U ]C U 0 o: M w 0 n 0 N N in H z w w i 0 0 z 0 0 i 0 a 0 QJ 0 H 0 0 Q Z d F- Q a a. VI N r 1- 0 0 3 0 0 of 0 0 N 0 11 V, w 0 i N CJ z 0 15WAYERF,ASEMEAT 855SQFTOR o.o2oACRE50FL 4AD JONNKOR77CKYSURVEY, ABSTRACT91q CHYOFFORT WORTH, TARRAAT COUN7YTEXAS BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF A TRACT OF LAND KNOWN AS TRACT 3 DESCRIBED BY DEED TO WUSF 5 ROCK CREEK EAST, LP AS RECORDED IN INSTRUMENT NUMBER D216007268, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 1/2 INCH IRON ROD WITH CAP STAMPED "RPLS 4277" FOUND FOR THE SOUTHWEST CORNER OF LOT 15, BLOCK 1, PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS SHOWN ON THE PLAT THEREOF AND RECORDED IN CABINET A, SLIDE 7768, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.) AND BEING IN THE EAST RIGHT-OF-WAY LINE OF SUMMER DRIVE (A 60 FOOT RIGHT-OF-WAY), FROM WHICH A 1/2 INCH IRON ROD WITH CAP STAMPED "MIZELL RPLS 1967" FOUND FOR THE NORTHWEST CORNER OF SAID LOT 15 BEARS N 00°37'46" W, A DISTANCE OF 127.58 FEET; THENCE N 71°44'59" W, OVER AND A CROSS SAID SUMMER CREEK DRIVE, A DISTANCE OF 63.41 FEET TO THE POINT OF BEGINNING AND BEING IN THE EAST LINE OF SAID TRACT 3 AND THE WEST RIGHT-OF-WAY LINE OF SAID SUMMER CREEK DRIVE; THENCE OVER AND ACROSS SAID TRACT 3 THE FOLLOWING COURSES AND DISTANCES: S 89°22'39" W, A DISTANCE OF 42.68 FEET TO A POINT; N 72-01'10" W, A DISTANCE OF 16.81 FEET TO A POINT IN THE COMMON NORTHERN MOST WEST LINE OF SAID TRACT 3 AND THE COMMON EAST RIGHT-OF-WAY LINE OF WEST CLEBURNE ROAD (A 55' RIGHT-OF-WAY), BEING THE BEGINNING OF A NON -TANGENT CURVE TO THE LEFT; THENCE ALONG SAID NON -TANGENT CURVE TO THE LEFT AND WITH SAID COMMON WEST AND EAST LINE AN ARC LENGTH OF 15.00 FEET, HAVING A RADIUS OF 1,050.00 FEET, A CENTRAL ANGLE OF 0"49'07", AND A CHORD BEARING AND DISTANCE OF N 18°11'44" E, 15.00 FEET TO A POINT; THENCE OVER AND ACROSS SAID TRACT 3 THE FOLLOWING COURSES AND DISTANCES: S 72"01'10" E, A DISTANCE OF 14.30 FEET TO A POINT; N 89°22'39" E, A DISTANCE OF 40.22 FEET TO A POINT IN THE COMMON EAST LINE OF SAID TRACT 3 AND THE COMMON WEST LINE OF AFOREMENTIONED SUMMER CREEK DR; THENCE S 00'37'46" E, WITH SAID COMMON EAST AND WEST LINE, A DISTANCE OF 15.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 855 SQUARE FEET OR 0.020 ACRES OF LAND MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '63. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM #10193890 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 Y � ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 06-21-2022 T���ER +9S ................. ROBERT P. ALLEN ..................... °p 6495 Pam: �90455�D� O� D223124163 07/14/2023 08:50 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records - XJ MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAYREMOVE OR STRIKE ANY OR ALL OF THE FOLLOMNG 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 103116 Southside IV Flow Transfer Station Parcel No. 4 TICE 10600 W Cleburne ALA!' � �i'� "� r"{�1�AFN,jy John Korticky Survey, Abstract Number 914, G 0q0/ Y� 00 City of Fort Worth, Tarrant County, Texas Tract 3 "I STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT EFFECTIVE DATE: Apr 12, 2023 GRANTORS: WUSF 5 ROCK CREEK EAST, LP WALTON TEXAS, LP GRANTORS' MAILING ADDRESS (including County): 8800 N. Gainey Center Dr., SUITE 345 SCOTTSDALE, AZ, 86258 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. TEMPORARY CONSTRUCTION EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantors, subject to the exceptions, reservations, and limitations herein, in lieu of condemnation of same by Grantee, and for the Consideration paid to Grantors, hereby grant and convey to Grantee the use and passage in, over, across, and along the surface only of the Temporary Construction Easement Property situated in Tarrant County, Texas, as described TEMPORARY CONSTRUCTION EASEMENT foar _ tia�;rH. Rev. 20220109 AR17RA R D223124163 Page 2 of 8 and depicted in accordance with Exhibit A and Exhibit B attached hereto and made a part hereof. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing water main facilities (the 'Water Main Facilities") through Grantors' property pursuant to and in accordance with the terms of a separate Water Facility Easement between Grantors and Grantee. The Temporary Construction Easement Agreement and Grantee's right to use the Temporary Construction Easement Property will terminate on the earlier of: (1) Grantee's completion of the construction of the Water Main Facilities; and (2) twenty-four (24) months from the Effective Date of this Temporary Construction Easement Agreement. Grantors' grant of rights to Grantee by this Temporary Construction Easement Agreement is: (i) made without warranty of title, either express or implied; (ii) subject to the terms, conditions, limitations, exceptions, and reservations contained in this Temporary Construction Easement Agreement; and (iii) subject to all other valid existing liens, encumbrances, conditions, reservations, and easements affecting the Temporary Construction Easement Property to the extent such are presently filed of record or apparent on the ground. GRANTEE IS TAKING ITS RIGHTS IN THE TEMPORARY CONSTRUCTION EASEMENT PROPERTY "AS IS, WHERE IS" AND WITHOUT ANY REPRESENTATIONS OR ANY EXPRESS OR IMPLIED WARRANTIES. GRANTORS DISCLAIM ANY WARRANTIES AND REPRESENTATIONS, EXPRESS OR IMPLIED, REGARDING THE SUITABILITY OF THE TEMPORARY CONSTRUCTION EASEMENT PROPERTY FOR USE IN INSTALLING OF GRANTEE'S WATER MAIN FACILITIES. GRANTEE REPRESENTS AND WARRANTS TO GRANTORS THAT GRANTEE IS RELYING SOLELY ON ITS OWN INDEPENDENT INSPECTIONS TO DETERMINE SUCH SUITABILITY. Grantee shall clean up and remove all trash and debris and repair all damages caused by the use of the Temporary Construction Easement Property by Grantee and/or Grantee's agents, consultants, contractors and/or subcontractors. Grantee shall also restore the surface of the Temporary Construction Easement Property to its condition prior to said use of the Temporary Construction Easement Property, including without limitation the reseeding of grasses and other ground cover. The person signing this document on behalf of the Grantors 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 Grantors. Grantee is fully entitled to rely on Grantors' warranty and representation in accepting this temporary easement. The person signing this document on behalf of the Grantee warrants that he or she has the legal authority to execute this Temporary Construction Easement Agreement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper action of Grantee. Grantors are fully entitled to rely on Grantee's warranty and representation in the prior sentence in accepting this Temporary Construction Easement Agreement. Time is of the essence under this Temporary Construction Easement Agreement. TEMPORARY CONSTRUCTION EASEMENT Rev.20220109 Fo_ RrH. Irwo- 461769.3 D223124163 Page 3 of S TO HAVE AND TO HOLD unto Grantee, without warranty of title, either expressed or implied, subject to the terms, conditions, limitations, exceptions, reservations, and conditions contained herein. 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 FORT�WORTrH. 461769.3 D223124163 Page 4 of 8 Grantor: Walton Texas, LP, a Texas limited partnership, on behalf of itself in its capacity as owner and on behalf of all other owners in its capacity as manager, operator or agent, as applicable By: Walton Texas GP, LLC, a Texas limited liability company Its: General Partner By: Walton International Group, Inc., a Nevada corporation Its: Manager Title: _Vice Preaident ACKNOWLEDGEMENT WALTON TEXAS. LP STATE OF ARIZONA § COUNTY OF MARICOPA § This instrument was acknowledged before me on this 13th day of March 2023, by Todd Woodhead as Vice President of Walton International Group, Inc., a Nevada corporation, as Manager of Walton Texas GP, LLC, a Texas limited liability company, as General Partner of Walton Texas, LP, a Texas limited partnership. JULIE GILLETT Notary Pudic - SW of Arizona MARICOPA COUNTY Commission # W441 Expires August 05. 2026 TEMPORARY CONSTRUCTION EASEMENT Rev.20220109 MotkbVC, State of Anzona My Commission Expires: 08/05/2026 My Commission Number: 635441 FOR_ T�WOR�TH. 461769.3 D223124163 Page 5 of 8 Grantor: WUSF 5 Rock Creek East, LP, a Texas limited partnership By: WUSF 5 Rock Creek East GP, LLC, a Delaware limited liability company Its: General Partner By: Walton U.S. Land Fund 5, LP, a Delaware limited partnership Its: Manager By: WUSF 5 GP, LLC, a Delaware limited liability company Its: General Partner By: Walton Land Management (USA), Inc., a Delaw a corporation Its: Manager J By: ./D/ Name: to;dd Title: Vice President ACKNOWLEDGEMENT WUSF 5 ROCK CREEK EAST, LP STATE OF ARIZONA § COUNTY OF MARICOPA § This instrument was acknowledged before me on this 13th day of March 2023, by Todd Woodhead as Vice President of Walton Land Management (USA), Inc., a Delaware corporation, as Manager of WUSF 5 GP, LLC, a Delaware limited liability company, as General Partner of Walton U.S. Land Fund 5, LP, a Delaware limited partnership, as Manager of WUSF 5 Rock Creek East GP, LLC, a Delaware limited liability company, as General Partner of WUSF 5 Rock Creek East, LP, a Texas limited partnership. JULIE GILLETT Notary Public - Slste of Arim , t - MARICOPA COUNTY Commission # 835441 ExPires August 05, 2026 TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 NbhcS to Arizona 0' My Commission Expires: 08/05/2026 My Commission Number: 635441 FoxrrWoRTH. 461769.3 D223124163 Page 6 of 8 ACCEPTED BY: GRANTEE: City of Fort Worth Gana &tYAGt&ff By (Signature): Dana8urghdoH(Ap 12,20231 :31CDT) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature):w�� (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 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 Apr 12, 2023 [SEAL] yP��� SELENA ALA z 0 Notary Public STATE OF TEXAS e Nola y 1D.132028 �rFoF My Comm, Exp, Mar, 31, 2024 ' WATER FACILITY EASEMENT Rev. 20220109 Selena Ala (Apr 12, 2023 13:14 CDT) Notary Public, State of Texas Name (printed): selena Ala Notary's commission expires: 3/31/2023 FoaTWoRr . Ir— dL;r,1 A7 d D223124163 Page 7 of 8 i S 0 C 0 0 a z 0 a in o_ 7 a Z In In 2 r 0 O 3 0 0 rn rl N O N W '0 0- a vi 6 z 3 0 EXHIBIT 'A " 3o'TEMPORARYCONS7RUC770NE4SEMEN7 1,494SQ.fTOR o.o34ACRES0FL 4AD JOHNKORTICAYSURTEY, ABSTRACT914 CRYOFFORT WORTH,, TARRAAT COIl=YEXA 4 CURVE TABLE CURVE* LENGTH RADIUS DELTA Cl I 30.01' I 1050.00' 1 "38'14" I LINE TABLE LINE # BEARING LENGTH L1 N72°01'10"W 14.30' L2 S72°01'10'E 9.92' L3 S00°37'46"E O V � 7 U 30.00' CHORD BEARING I CHORD LENGTH N16°58'04"E 30.00' 1 / S 89022'39" W 40.22' 15' WATER EASEMENT BY SEPARATE INSTRUMENT TRACT 3 / 79.377 ACRES WUSF 5 ROCK CREEK EAST, LP l INST. NO. D216007268 0. P. R. T. C. T. LEGEND: POB POINT OF BEGINNING POC POINT OF COMMENCING IRF IRON ROD FOUND CM CONTROLLING MONUMENT NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT DRAWING. O O 40 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CDMIAL ZONE, NAD '83. ALL , DISTANCES ARE GROUND DISTANCES. GRAPHIC SCALE IN FEET SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM #10193890 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 - 817.810.0696 ILOT 13 — 1/2" CIRF "MIZELL IRPLS 1967" 1 co I 4i 30' TEMPORARY j W CONSTRUCTION EASEMENT I a 1,494 SQUARE FEET I Q CO OR 0.034 ACRES W ¢ � ova I I y 35 X- 1 ' WATER R VAL VE EASEMENT BY SEPARATE INSTRUMENT I I I N60 00' ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 06-21-2022 (� r C'k�e-vc.N 112" CIRF RPLS 4277" POC I LOT 14 ;Tf`�'�\ ROBERT P.. ALLEN. <9A'Po 495�Pvo� D223124163 Page 8 of 8 EXHIBIT 'B" V) N S O 3 O a ai 0 0 N 2 U W a i z 30 rT".XRA YCONSTRU=ONF.ASEM= 1,494 SQFTOR o. o34ACRESOFL4ND J0HNKOR77CXYSURVEY, ABSTRACT914 =OFFORT WORTH, FARRAATCOUA17YY XAS BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF A TRACT OF LAND KNOWN AS TRACT 3 DESCRIBED BY DEED TO WUSF 5 ROCK CREEK EAST, LP AS RECORDED IN INSTRUMENT NUMBER D216007268, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT A 1/2 INCH IRON ROD WITH CAP STAMPED "RPLS 4277" FOUND FOR THE SOUTHWEST CORNER OF LOT 15, BLOCK 1, PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS SHOWN ON THE PLAT THEREOF AND RECORDED IN CABINET A, SLIDE 7768, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.) AND BEING IN THE EAST RIGHT-OF-WAY LINE OF SUMMER DRIVE (A 60 FOOT RIGHT-OF-WAY), FROM WHICH A 1/2 INCH IRON ROD WITH CAP STAMPED "MIZELL RPLS 1967" FOUND FOR THE NORTHWEST CORNER OF SAID LOT 15 BEARS N 00-37-46" W, A DISTANCE OF 127.58 FEET; THENCE N 60°00'18" W, OVER AND A CROSS SAID SUMMER CREEK DRIVE, A DISTANCE OF 69.73 FEET TO THE POINT OF BEGINNING AND BEING IN THE EAST LINE OF SAID TRACT 3 AND THE WEST RIGHT-OF-WAY LINE OF SAID SUMMER CREEK DRIVE; THENCE OVER AND ACROSS SAID TRACT 3 THE FOLLOWING COURSES AND DISTANCES: S 89°22'39" W, A DISTANCE OF 40.22 FEET TO A POINT; N 72*01'10" W, A DISTANCE OF 14.30 FEET TO A POINT IN THE COMMON NORTHERN MOST WEST LINE OF SAID TRACT 3 AND THE COMMON EAST RIGHT-OF-WAY LINE OF WEST CLEBURNE ROAD (A 55' RIGHT-OF-WAY), BEING THE BEGINNING OF A NON -TANGENT CURVE TO THE LEFT; THENCE ALONG SAID NON -TANGENT CURVE TO THE LEFT AND WITH SAID COMMON WEST AND EAST LINE AN ARC LENGTH OF 30.01 FEET, HAVING A RADIUS OF 1,050.00 FEET, A CENTRAL ANGLE OF 01"38'14", AND A CHORD BEARING AND DISTANCE OF N 16`58-04" E, 30.00 FEET TO A POINT; THENCE OVER AND ACROSS SAID TRACT 3 THE FOLLOWING COURSES AND DISTANCES: S 72-01-10" E, A DISTANCE OF 9.92 FEET TO A POINT; N 89"22'39" E, A DISTANCE OF 35.30 FEET TO A POINT IN THE COMMON EAST LINE OF SAID TRACT 3 AND THE COMMON WEST LINE OF AFOREMENTIONED SUMMER CREEK DR; THENCE S 00'37'46" E, WITH SAID COMMON EAST AND WEST LINE, A DISTANCE OF 30.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 1,494 SQUARE FEET OR 0.034 ACRES OF LAND MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM 910193890 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 I •� ROBERT P. ALJ_EN RP.LS. No. 6495 DATED: 06-21-2022 �� OF RT;N ��P • � s rf �9s \2 � ................. ROBERT P. ALLEN ..................... • °,p 6495 p� N N N 0 a 0 a 3 } 0 U m N 0 0 3 W N of O N i In z z W W 0 z Q 0 0 0 Q 0 0 0 0 N a a_ a N N 0 O 3 0 0 rn rl N 0 N U W O a V) z 3 0 LINE TABLE LINE # BEARING LENGTH L1 S89°22'14"W 31.00' L2 N00°37'46"W 35.00' L3 N89°22'14"E 31.00' L4 S00°37'46"E 35.00' EXHIBIT 'A " 35X31' WATER UAL V—FEASEMENT 1, o8.5 SQFT OR o. o2.5ACP. ES OFIAND JOHX-OR TICKYSURVEY, ABSTRACT914 CITY OFFOR T WORTH, TARRAXTCOUNTYTEXAS SZRPC-V AEA I-� O W Q Q W>3`�F vao�H Z U CP U a / U 50' TEMPORARY CONSTRUCTION EASEMENT I BY SEPARATE INSTRUMENT �715' WATER EASEMENT BY SEPARATE INSTRUMENT TRACT 3 / 79.577 ACRES WUSF 5 ROCK CREEK EAST, LP INST. NO. D216007268 0. P. R. T. C. T. LEGEND: POB POINT OF BEGINNING POC POINT OF COMMENCING IRF IRON ROD FOUND CM CONTROLLING MONUMENT NOTES: 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT DRAWING. Q Q 40 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. GRAPHIC SCALE IN FEET SHIELD ENGINEERING GROUP TBPE FIRM #F•11039 • TBLS FIRM #10193890 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 06-21-2022 LOT 15 — 112" CIRF "MIZELL IRPLS 1967" 1 c� L3 cl- w z Q O r rrr ��r rrr rr� N �_ CO rrr �� rrr rrr err r�J rr rrr N . mLn L1 �wQ� POB CL m oCL,� 35'X31' WATER � VALVE EASEMENT �°' 712 CIRF 1,085 SQUARE FEET 'RPLS 4277" OR 0.025 ACRES — — I POC 1 LOT 14 S.T fR�o�9 ROBERT P. ALLEN ..................... °p 6495 P- ���FSUv EXHIBIT W ff N N 0 N I 0 Lv a 0 0 F- r 0 0 U r m 0 w a 0 W w N O O N N !n z Z W Ld Ld LI) W !n z Z 3 0 0 / 0 0 0 J Z O O O z O H U) N d d fN N S H O 3 K O Ll O of 0 N 0 N / (n U W O (N i7 z 3 0 35X3- i' WATER UAL VEE,4SEMENT 1, o85SQFTOR o. o25ACRES OFLAND JOHN-OR TICKYSURV Y, ABSTRAC7914 C=OFFORT WORTH, TARRANT COUNTYTF,XAS BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF SUMMER CREEK DRIVE (A 60 FOOT RIGHT-OF-WAY) AS SHOWN ON PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AND RECORDED IN CABINET A, SLIDE 7768, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: COMMENCING AT 1/2 INCH IRON ROD WITH CAP STAMPED "RPLS4277" FOUND FOR THE SOUTHWEST CORNER OF LOT 15, BLOCK 1, OF SAID PANTHER HEIGHTS, FROM WHICH A 1/2 INCH IRON ROD WITH CAP STAMPED "MIZELL RPLS 1967" FOUND FOR THE NORTHWEST CORNER OF SAID LOT 15 BEARS N 00°37'46" E, A DISTANCE OF 127.58 FEET; THENCE OVER AND ACROSS SAID SUMMER CREEK DRIVE THE FOLLOWING COURSES AND DISTANCES: N 25°22'49" W, A DISTANCE OF 28.66 FEET TO THE POINT OF BEGINNING; S 89-22-14" W, A DISTANCE OF 31.00 FEET TO A POINT; N 00°37'46" W, A DISTANCE OF 35.00 FEET TO A POINT; N 89-22-14" E, A DISTANCE OF 31.00 FEET TO A POINT; S 00°37'46" E, A DISTANCE OF 35.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 1,085 SQUARE FEET OR 0.025 ACRES OF LAND MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM #10193890 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 R6BERT P. ALLEN R.P.L.S. No. 6495 DATED: 06-21-2022 ROBERT P.ALLEN ..................... ••'0 6495 D223131862 07/25/2023 04:36 PM Page: 1 of 7 fee: :l14s.UU sut)mrcter: Hiamo i me company - urvv Electronically Recorded by Tarrant County Clerk in Official Public Records r3"x4h'.� 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. ALANI O 1 1, CPN 103116 Southside IV Flow Transfer Station �npo,�a aU�9 Parcel No. 8 PWE 5600 Posada Dr Panther Height Addition Block 7 Lot 11, Tarrant County, Texas STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: v GRANTOR: LASHAN A. HARGETT AND JAKE W. HARGETT GRANTOR'S MAILING ADDRESS (including County): 5600 POSADA DR. CROWLEY, TX 76036 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, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Water Main Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, and WATER FACILITY EASEMENT FOR. Rev. 20220109 Ir— UZZ3939S62 Page 2 of 7 junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101h anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent 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 easement. TO HAVE AND TO HOLD the above -described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and 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] WATER FACILITY EASEMENT Rev. 20220109 Foe_ TRH. D223131862 Page 3 of 7 GRANTOR: LASHAN A. HARGETT AND JAKE W. HARGETT (Print Name) Lashan A. Haraett (Title) Owner (Print Name) Jake W. Haraett (Title) Owner 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 Lashan A. Haraett, owners of 5600 Posada Dr, Crowley, Tarrant County, Texas known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the sa e w s he act of Lashan A. Hargett and that they executed the same as the act of said4a 4 4 for the purposes and consideration therin expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of-) C� [SEAL] Nota4Ablicate of Texas DICKSON ROBIN Notary PubNa.StateofTa�s Name (printed): D tc ks�. (�0 b ►u Tarrant CouNotary's commission expires: Notary ID #133900542.5 EOF` CommlwW Exp. AUG. 12, 2026 WATER FACILITY EASEMENT Rev. 20220109 rzl2 01, FORT�WORIHr. D223131862 Page 4 of 7 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 Jake W. Hargett, owners of 5600 Posada Dr, Crowley, Tarrant County, Texas 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 Jake W. Hargett and that they executed the same as the act of said ffl,162 la• Pecff#r the purposes and consideration therin expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of [SEAL] .. o" �DICKSON ROWN Notary Pubk,%* of Texas Tarrant County =,r}� Notary ID #13390642-5 Eof � Commisslon Err. AUG. 12, 2026 WATER FACILITY EASEMENT Rev. 20220109 No ry Public, State of Texas Name (printed): v is k s— (k.6 k Notary's commission expires: A-1 b FOR ?CFI. D223131862 Page 5 of 7 ACCEPTED BY: GRANTEE: City of Fort Worth Z?.�By (Signature): D.E,.,gh ,zo oe�DT� (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): ` °. —44 .7 (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 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 Jul 13, 2023 [SEAL] pRYAG� S�LENA aU Notary Public STATE OF TEXAS Wp I.D,132422b26 ' Of M Comm, Exp. Mar. 31,224 WATER FACILITY EASEMENT Rev.20220109 Selena Ala Jul 13, 20231L10 CD-n Notary Public, State of Texas Name (printed): Selena Ala Notary's commission expires: 3-31-2024 PoRTWORT . D223131362 Page 6of7 EXHIBIT A" 12' PERtYlA1VF.IVT WA TER FACILI7YEASEMENT 2,965SQFTOR o.o68ACRESOFLAIVD N TEXAS ELECTRIC JOHNKOR2YCKYSLW VEY, ABS7R4CT914 10' U. E. CAB. A, SLIDE 9826 N SERVICE COMPANY =OFFORT WORTH, TARRAIVTCOLWYYTEXAS' —P. R. T.C. T. o VOL. J59D.R. C T. 588 N 89013'01" E 1/2" lRF 12.00' �IPOB 0 � - - — _ _ ^ , 1/2" lRF S B9'13'01' W 164.33' N B9'13'01' E 256.1 I\ — — — — a LOT 10 LOT 11 LOT 1 LOT 2 10' U.E. / / BLOCK 6 z CAB. A, SLIDE 9826 / \ PANTHER HEIGHTS o P.R. T.C.T. CAB. A, SL. 9826 co P.R. T.C. T. W / / Y K0R�jC.� 3 / I 101'� SU0VL y�A af / PaSTRf 65' TEMPORARY TURN AROUND z AND DRAINAGE EASEMENT / a Z CAB. A, SLIDE 9826 I / P.R. T.C.T. O w cn w / LOT 1 04 w co A O Q ��j / BLOCK 6 oOD/ PANTHER HEIGHTS N / m I p; CAB. A, SL. 9826 p, P.R.T.C.T. LOT 11 N w BLOCK 7 � PANTHER HEIGHTS CAB. A, SLIDE 9826 U Z P.R.T.C.T. �N �N 0 40 80 / I GRAPHIC SCALE IN FEET 0 12' PERMANENTCL / WATER FACILITY / LEGEND: EASEMENT / I POB POINT OF BEGINNING 2,965 SQUARE FEET / POC POINT OF COMMENCING OR 0.068 ACRES / IRF IRON ROD FOUND 10' U.E. O 10' U.E. / I CAB. A, SLIDE 9826 CM CONTROWNG MONUMENT CAB. A, SLIDE 9826 / P. R. T. C. T. NOTES, a P. R. T.C. T. 1. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT DRAWING. O_ — — — —` . 2. BEARINGS REFERENCED TO THE TEXAS > STATE PLANE COORDINATE SYSTEM, CENTRALNORTH DISTANCES ARE GROUND DISTANCES.af P.o.s.E. POSADA LANE CAB. A, SLIDE 9826 S 89°13'01" W P.O.S.E. a (60' RIGHT-OF-WAY P.R.T.C.T. 12.00' CAB. A, SLIDE 9826 P.R. T.C. T. OF % F CAB. A, SLIDE 9826 — S o P.R.T.C.T.) .......... .... a ROBERT P. ALLEN a N +495 ................... 6 6a .f`� t _ doSU a19SHIELD �' .Lf v iL ENGINEERING GROUP Y 61 ROBERT P. ALLEN z �I R.P.L.S. No. 6495 3 TBPE FIRM #F-11039 - TBLS FIRM #10193890 DATED: 07-27-2022 0 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 D223131862 Page 7 of 7 EXHIBIT 'B" 12' PER fAAT4lTWATERFACILTIYEASEMENT 2,965SQFTOR o.o68ACRESOFL4NII ,IOHNAM2MAYSURVEY, ABSTRACT914 CITYOFFORT WORTb, TARRAA7-00UNIYTF.X4S BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF LOT 11, BLOCK 7 OF PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS RECORDED IN CABINET A, SLIDE 9826, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT THE COMMON NORTHEAST CORNER OF SAID LOT 11 AND NORTHWEST CORNER OF RIGHT-OF-WAY LINE OF CAVANNA DRIVE (A 60 FOOT RIGHT-OF-WAY) AS SHOWN ON SAID PANTHER HEIGHTS, AND BEING IN THE SOUTH LINE OF A TRACT OF LAND DESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY (HEREIN CALLED TESCO TRACT) AS RECORDED IN VOLUME 3599, PAGE 588, DEED RECORDS, TARRANT COUNTY, TEXAS (D.R.T.C,T.), FROM WHICH A 1/2-INCH IRON ROD FOUND BEING THE NORTHEAST CORNER OF LOT 1, BLOCK 6 OF SAID PANTHER HEIGHTS, BEARS NORTH 89°13'01" EAST, A DISTANCE OF 256.16 FEET; THENCE SOUTH 00"59'38" EAST WITH THE COMMON EAST LINE OF SAID LOT 11 AND THE WEST RIGHT-OF-WAY UNE OF SAID CAVANNA DRIVE, A DISTANCE OF 247.12 FEET TO THE SOUTHEAST CORNER OF SAID LOT 11 AND AT THE INTERSECTION OF THE WEST RIGHT-OF-WAY LINE OF SAID CAVANNA DRIVE AND THE NORTH RIGHT-OF-WAY LINE OF POSADA LANE (A 60 FOOT RIGHT-OF-WAY) AS SHOWN ON SAID PANTHER HEIGHTS; THENCE SOUTH 89°13'01" WEST WITH THE COMMON SOUTH LINE OF LOT 11 AND THE NORTH RIGHT-OF-WAY LINE OF SAID POSADA LANE, A DISTANCE OF 12.00 FEET TO A POINT; THENCE NORTH 00°59'38" WEST OVER AND ACROSS SAID LOT 11, A DISTANCE OF 247.12 TO A POINT IN THE COMMON NORTH LINE OF SAID LOT it AND SOUTH LINE OF AFOREMENTIONED TESCO TRACT, FROM WHICH A 1/2-INCH IRON ROD FOUND FOR THE NORTHWEST CORNER OF SAID LOT 11 BEARS SOUTH 89°13'01" WEST, A DISTANCE OF 164.33 FEET; THENCE NORTH 89°13'01" EAST WITH THE COMMON NORTH LINE OF SAID LOT 11 AND SOUTH LINE OF SAID TESCO TRACT, A DISTANCE OF 12.00 FEETTO THE POINT OF BEGINNING AND CONTAINING 2,965 SQUARE FEETOR 0.068 ACRES OF LAND, MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM #10193890 1600 West 7lh Street, Sulte 400, Fort Worth, TX 76102 • 817.810.0696 444JJJ 11/A�W�� V _ . ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 07-27-2022 ROBERT P. ALLEN ..................... \ :°p 6495 P-- 'V SURv Forest Hill - Graham 345 KV Line D-1493 2023-6747CW EASEMENT AND RIGHT OF WAY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § That ONCOR ELECTRIC DELIVERY COMPANY LLC, a Delaware limited liability company, hereinafter referred to as Grantor, for and in consideration of TEN AND NO/100 DOLLARS ($10.00), and other good and valuable consideration to it in hand paid by the City of Fort Worth, a Texas Municipal Corporation, hereinafter referred to as Grantee, has granted, sold and conveyed and by these presents does hereby grant, sell and convey unto said Grantee two nonexclusive fifteen foot (15') wide easement and right of ways for the purpose of constructing, reconstructing, replacing, maintaining and operating two waterlines, hereinafter referred to as Grantee's Facility, in, over, under, across and along the property described and shown on the attached Exhibits "A - D": SEE ATTACHED EXHIBITS There is also granted to Grantee, its successors or assigns, two nonexclusive 30' wide temporary construction easements described and shown in attached Exhibits "E - H" during temporary periods, as may be necessary for the construction, maintenance, and repair of said Grantee's Facility. Such use shall not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Additional general construction limitations on easement are described and listed, but not limited to, in Exhibit "I", attached hereto and by reference made a part hereof. Use of draglines or other boom -type equipment in connection with any work to be performed on Grantor's property by the Grantee, its employees, agents, representatives or contractors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines situated on the aforesaid property. Grantee must notify Fort Worth Transmission, (817-496-2746) at least 48 hours prior to the use of any boom -type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom -type equipment. Easement and Right of Way Page 1 of 15 Grantee shall locate its Facility within the easement so as not to interfere with any of Grantor's facilities. Grantee shall not place its facility within 25 feet of any pole or tower leg. Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantorfor any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion, determines are subject to interference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of Grantee's Facility. To the extent permitted by law, Grantee agrees to defend, indemnify and hold Grantor, its officers, agents and employees, harmless against any and all claims, lawsuits, judgements, costs, and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons that may arise out of, or be occasioned, by any negligent act or omission of Grantee, its officers, agents, associates, employees or subconsultants; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Grantor, its officers, agents, or employees or separate contractors, and in the event of joint and concurrent negligence of both Grantor and Grantee, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without, however, waiving any governmental immunity or other defenses available to the parties under Texas Law. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Grantee shall, at its own cost and expense comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement, subject to all liens of record, shall continue only so long as Grantee shall use this right of way for the purpose herein described and the same shall immediately lapse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated, then and thereupon this conveyance shall be null and void and the use of said land and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such condition. Easement and Right of Way Page 2 of 15 AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor but not otherwise. EXECUTED as of this 1 day of12023. GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY LLC By: Attorneyin-Fact STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared (LC. C� Sc. 1 v-, � , as the Attorney -In -Fact of Oncor Electric elivery Company LLC, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he is authorized to do so. 1� GIVEN UN ER MY HAND AND SEAL OF OFFICE this "1 V f : , A. D. 2023. ra�N,� MANDY M. SMITH Notary Public, State of Texas .,� Comm. Expires 08-02-2024 Notary ID 124437083 Notary, bl n and`for the State of Texas day of Easement and Right of Way Page 3 of 15 Grantee: The City of Fort Worth Name: Dana Burghdoff Title: Assistant City Manager STATE OF TEXAS § COUNTY OF TARRANT § Approved as to Form and Legality By: 14&mow _A, -, Name: Matt Murray Title: Assistant City Attorney BEFORE ME, the undersigned authority, on this day personally appeared Dana Surghdoff , as the Assistant City Manager of City of Fort Worth, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this sth April , A. D. 2023. yp SELENA ALA 2 �0 No1afy Public STATE OF TEXAS 9 ' P Notary ID,132ZK8 OF My Comm, Exp, Mar. 31, M4 Alter Recordins, Return To: Oncor Electric Delivery Company LLC Right of Way Services Attn: Laura DeLaPaz 777 Main St, Suite 131 t Ft. Worth, Texas 76102 day of aj-1-1461 SBle- Ala (Apr 5, 20a 1 11 63 CO r, Notary Public in and for the State of Texas Easement and Right of Way Page 4 of 15 �Z 0 EXIIIBIT A " ► I i 'PERJfANEAT TV4TF,R FA CYL17'T'F_ASEzWIEVT BLOCK L MCPHERSON VILLAGE I - I z,SY2 SQF7'ORao42ACRL'SOFLAM) INST. NO. D219239223 I I J0H.1VAcOR7ICAYSURTEY, AI3STRAC79!4 0. P. R. T. C. T. c C17-l'OFFOR7'6L'ORTH, T,4"4iV7C011N7-T'TEXAS LOT 26 CIRF - = SUNLMER CREEK DRIVE L2 CIRF (I 10' RIGHT-OF-WAY INST. NO. D219239223 I 389`12'22'WA�j P.R. 4.38' r w I LINE TABLE 0 20 40 ' LINE # BEARING LENGTH L1 N04"27'14"W 22.03' GRAPHIC SCALE IN FEET I_ L2 N89°12'22"E 15.03' I L3 SO4°27'14"E 20.73' JO' TEMPORARY L4 S89°13'01"W 15.09, I CONSTRUC77ON I EASEMENT I _ BY SEPARATE I INSTRUMENT I I I I i i 956' APPROX. DIST. _ APPROX. DIST. 40, _ TRANSMISSION II �/ ONCOR TOWER ONCOR TOWER �/ TOWER TEXAS ELECTRIC Z O 1 SERVICE COMPANY 0 VOL. 3599, PG, 588 0 D.R. T. C. T �W I m 15 ' PERMANENT WATER TEXAS ELECTRIC � SERVICE COMPANY I a FACILITY EASEMENT VOL. 3564, PG. 577 o I 1,812 SQUARE FEET D.R.T.C.T OR n 042 ACRES cn I I WEST CLEBURNE RD POB (11Y RIGHT-OF-WAY 1 I CAB, A, SLIDE 9826 /2 IRF '\ 1 5 89' 13 01" LV 192 59' _ 11. R. I .C.1, ) — 0 �VI u L4 LOT 6 LOT 7 10' U.£. _ LOT 7, BLOCK 5_ _ PANTHER HEIGHTS CABINET A, SLIDE 9826 — — P. R. T. C. T. SHIELD ENGINEERING GROUP ROBERT P. ALLEN R.P.L.S. No. 6495 TBPE FIRM #F-11039 • TBLS FIRM 010193890 DATED: 07-27-2022 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817.810.0696 Easement and Right of Way LEGEND: PO8 POINT OF BEGINNING POC POINT OF COMMENCING CIRF 5/8 INCH CAPPED IRON ROD STAMPED 'SHIELD ENGINEERING' FOUND NOTES: 1, LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT DRAWING. 2. BEARINGS REFERENCED TO THE TDCAS STATE PLANE COORDINATE SYSTEM• NORTH CENTRAL ZONE. HAD '83. ALL DISTANCES ARE GROUND DISTANCES. Page 5 of 15 Y w U (o I w N rn n 0 NN .11 z w w i In z z C3 0 EXHIBIT W f f 1j 'PER1LIfUlTAT WA TER FA CILHYEASE, WEYT 1,812 SWTOR O.O.{2A(.',SOf'LA1Vl) ,IOHNIIORTICAC'YSURVEY, AR57R4CT914 CI77-0FF0RT TkVRTH, TARRAyVTC'OUN7Y7EL45 BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF A CERTAIN TRACT OF LAND DESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY (HEREIN CALLED TESCO TRACT) AS RECORDED IN VOLUME 3599, PAGE 588, DEED RECORDS, TARRANT COUNTY, TEXAS (D.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS; BEGINNING AT A POINT IN THE SOUTH LINE OF SAID TESCO TRACT AND BEING IN THE NORTH LINE OF LOT 7, BLOCK 6 OF PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS SHOWN ON THE PLAT THEREOF AND RECORDED IN CABINET A, SLIDE 9826, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.), FROM WHICH A 1/2-INCH IRON ROD FOUND FOR THE NORTHWEST CORNER OF SAID LOT 7 BEARS SOUTH 89°13'01" WEST, A DISTANCE OF 192.59 FEET; THENCE OVER AND ACROSS SAID TESCO TRACT THE FOLLOWING COURSES AND DISTANCES: NORTH 07*01'43" WEST, A DISTANCE OF 98.75 FEET TO A POINT; NORTH 04°27'14" WEST, A DISTANCE OF 22.03 FEET TO A POINT BEING IN THE NORTH LINE OF SAID TESCO TRACT AND THE SOUTH RIGHT-OF-WAY LINE OF SUMMER CREEK DRIVE (A 110 FOOT RIGHT-OF-WAY) AS SHOWN ON MCPHERSON VILLAGE, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND RECORDED IN INSTRUMENT NO. D219239223, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.), FROM WHICH A•5/8-INCH CAPPED IRON ROD STAMPED "SHIELD ENGINEERING" FOUND FOR THE SOUTHEAST CORNER OF LOT 31X, BLOCK L, OF SAID MCPHERSON VILLAGE BEARS SOUTH 89°12'22" WEST, A DISTANCE OF 4,38 FEET; THENCE NORTH 89°12'22" EAST WITH THE COMMON SOUTH RIGHT-OF-WAY LINE OF SAID SUMMER CREEK DRIVE AND THE NORTH LINE OF SAID TESCO TRACT, A DISTANCE OF 15.03 FEET; THENCE OVER AND ACROSS SAID TESCO TRACT THE FOLLOWING COURSES AND DISTANCES; SOUTH 04°27'14" EAST, A DISTANCE OF 20.73 FEET TO A POINT; SOUTH 07°01'43" EAST, A DISTANCE OF 100.06 FEET TO A POINT BEING IN THE SOUTH LINE SAID TESCO TRACT AND THE NORTH RIGHT-OF-WAY LINE OF WEST CLEBURNE ROAD (A 11S FOOT RIGHT-OF-WAY) AS SHOWN ON SAID PANTHER HEIGHTS; THENCE SOUTH 89'13'01" WEST WITH COMMON SOUTH LINE OF SAID TESCO TRACT AND NORTH RIGHT-OF-WAY LINE. OF SAID WEST CLEBURNE ROAD, A DISTANCE OF 15.09 FEET TO THE POINT OF BEGINNING AND CONTAINING 1,812 SQUARE FEET OR 0.042 ACRES OF LAND, MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM. NORTH CENTRAL ZONE. NAD •83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F•11039 • TBLS FIRM #10193890 1600 West 7th Street, Suite 400. Fort Worth, TX 76102 • 817.810.0696 ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 07-27-2022 Easement and Right of Way Page 6 of 15 EXHIBIT "C'' LOT 157, BLOCK B LOT 1, BLOCK L MCPHERSON VILLAGE tT"PERt1L�L�LElb' PAATER FrI CIL17T •F�]SEYt IEIVT MCPHERSON VILLAGE PHASE 3 PHASE 3 1,?98SQFTOR0.04lACRLSOF'LAlVD INST. NO. D221254655 INST. 02. T. 55 IOHIV KOR77CKY SUR 6 L't; ABS7XACTg1¢ O. P.R. T.C. T. 0. — O.P.R.T.C. C.T. N _ _ CITI"OFFORT 4'ORTH, TA9R4<VTC0UA7YTEAAS04 — — CAVANNA DRIVE NB9" I221E LOT 157X (50' RIGHT-OF-WAY) L2 g-gp L LOT 1X — S 99' 12.21 • VI IRF IRF 26 03' / \104POINT OF a BEGINNING 30' TEMPOPNRY I CONSTRUCTION 15' WATER EASEMENT BY EASEMENT SEPARATE 1,798 SQUARE FEET INSTRUMENT OR 0.041 ACRES Z In W 0 20 40 o 0 3 � � � � LINE TABLE a GRAPHIC SCALE IN FEET C31 en I w I LINE # BEARING LENGTH N j m TEXAS ELECTRIC SERVICE COMPANY L1 S89'13'01"W 15.00' o VOL. 3599, PG. 588 I L2 N69°12'21"E 15.00' N D.R.T.C.T CD Cq / 587' APPROX. DISTANCE _0/0 APPROX. DISTANCE ,/J ONCOR TOWER V 415' a ONCOR TOWER / C3 LEGEND: / o POB POINT OF BEGINNING a POC POINT OF COMMENCING IRF IRON ROD FOUND CM CONTROLLING MONUMENT O o NOTES: I. LEGAL DESCMPT10N OF EVEN DATE Z ACCOMPANIES THIS EASEMENT DRAWING. 0 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM. NORTH CENTRAL ZONE. NAD 'E3. ALL DISTANCES ARE GROUND DISTANCES. I 112" IRF 2 _ _ _NB91301'E Z LOT 11, BLOCK 7 L 1 217 37' LOT 1 LOT 2 N PANTHER HEIGHTS 10' U.E. CAVANNA DRIVE 10' U.E. CAB. A, SL. 9826 i BLOCK 6 _ _ _ § — P.R.T.C.T. — — — — i — (60' RIGHT-OF-WAY) PANTHER HEIGHTS 3 CAB. A, SL. 9826 P. R. T. C. T. a All lo Grf 1�+9 � "QFa • S rn o ROBERT P. ALLEN a............ N :. c ° 6495 SHIELD �9°FFss,v P'o� a. ENGINEERING GROUP ' 1^ ROBERT P. ALLEN z R.P.L.S. No. 6495 3 TBPE FIRM OF•11039 • TBLS FIRM #10193890 DATED: 07-05-2022 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817 810,0698 Easement and Right of Way Page 7 of 15 i w 6 Z 3 0 EXHIBIT 'D" t� 'PEPULLVENT TVA TER FACILl7YEASTAlEzVT 1, 798 SQFT OR o. o.h ACRES OFL.yVD JOHNA'OR7ICCh f'SUR 6'EI; ABS7K9CT91q C11YOFFORT 6VORTH, TARRA-,VT C0L1A T TT 1:4S BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF A CERTAIN TRACT OF LAND DESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY (HEREIN CALLED TESCO TRACT) AS RECORDED IN VOLUME 3599, PAGE 588, DEED RECORDS, TARRANT COUNTY, TEXAS (D.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A POINT IN THE SOUTH RIGHT-OF-WAY LINE OF CAVANNA DRIVE (A 50 FOOT RIGHT-OF-WAY) AS SHOWN ON MCPHERSON VILLAGE PHASE 3, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND RECORDED IN INSTRUMENT NO. D221254655, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.) AND BEING IN THE NORTH LINE OF SAID TESCO TRACT AND BEING IN THE SOUTH LINE OF SAID MCPHERSON VILLAGE, FROM WHICH A 5/8 INCH IRON ROD WITH CAP STAMPED "SHIELD ENGINEERING" FOUND BEARS N 89°12'21" E, A DISTANCE OF 8.97 FEET, SAID IRON ROD BEING THE SOUTHWEST CORNER OF LOT 1X, BLOCK L OF SAID MCPHERSON VILLAGE AND BEING THE SOUTHEAST CORNER OF SAID 50 FOOT CAVANNA; THENCE S 00°46'59" E, OVER AND ACROSS SAID TESCO TRACT, A DISTANCE OF 119.88 FEET TO A POINT IN THE NORTH LINE OF PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS SHOWN ON THE PLAT THERE OF AND RECORDED IN CABINET A, SLIDE 9826, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.), AND BEING IN THE COMMON NORTH RIGHT-OF-WAY LINE OF CAVANNA DR (A 60 FOOT RIGHT-OF-WAY) AS SHOWN ON SAID PANTHER HEIGHTS AND THE COMMON SOUTH LINE OF SAID TESCO TRACT, FROM WHICH A 1/2 INCH IRON ROD BEARS N 89°13'01" E, A DISTANCE OF 217.37; THENCE S 89°13'01" W, ALONG SAID COMMON NORTH AND SOUTH LINE, A DISTANCE OF 15.00 FEET TO A POINT; THENCE N 00°46'59" W, OVER AND ACROSS SAID TESCO TRACT, A DISTANCE OF 119.88 FEET TO A POINT IN THE COMMON SOUTH RIGHT-OF-WAY LINE OF SAID CAVANNA ALSO BEING THE SOUTH LINE OF AFOREMENTIONED MCPHERSON VILLAGE AND BEING IN THE COMMON NORTH LINE OF SAID TESCO TRACT, FROM WHICH A 5/8 INCH IRON ROD WITH CAP STAMPED "SHIELD ENGINEERING" FOUND BEARS S 89°12'21" W, A DISTANCE OF 26.03 FEET; THENCE N 89°12'21" E, ALONG SAID COMMON SOUTH AND NORTH LINE, A DISTANCE OF 15.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 1,798 SQUARE FEET OR 0.041 ACRES OF LAND, MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE. NAD '83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM XF-11039 • TBLS FIRM #10193890 1600 West 7th Street. Suite 400. Fort Worth, TX T6102 • 817 810 0696 ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 07-05-2022 � O ROBERT P. ALLEN ..................... 6495,\P�.� Easement and Right of Way Page 8 of 15 W cr uj uj I W N O Cm r` N co co z z ag 0 i O 0 6 z 3 0 EXHIBIT "E" BLOCK L 3o'TE,1WPORARYCONSTRUCTIOIVFzh5'Fil1FyvT \ MCPHERSON VILLAGE 3,623 SQF70Ro.o8yACW&g0FL4AD INST. No. D219239223.J0HNKORTlCA'7'SURITYAB.4TRACT914 \ 0. P. R. T. C. T. Cln'OFFORT P ORTH, TARA4iVTCOUNTYTE. AS I = LOT 25 LOT 31x LOT 26 CIRF O "Lid id _ — — CIRF CIRF d1I SUMMER CREEK DRIVE (I WRIGHT-OF-WAY r INST. NO. D219239223 P.R.T.C.T.) 0 20 40 u GRAPHIC SCALE IN FEET I - I15' PERMANENT WATER I FAC/UTY EASEMENT 30' TEMPORARY BY SEPARATE I INSTRUMENT CONSTRUCTION EASEMENT I 3,623 SQUARE FEET I OR 0.083 ACRES I i 855'A APPROX. DIST. - I APPROX. DIST. 55' _ , TRANSMISSION ONCOR TOWER I ONCOR TOWER V TOWER TEXAS ELECTRIC Z o I SERVICE COMPANY O 0 I VOL. 3599, PG. 588 0 o D.R.T,C.T O I -rn TEXAS ELECTRIC I SERVICE COMPANY LINE TABLE o VOL. 3564, PG. 577 cfl I D.R.T.C.T LINE # BEARING LENGTH - I I L1 N04'27'14"W 24-62' 02 LEGEND: I Poe POINT OF BEGINNING L2 N89'12'22"E 30.06' WEST CLEBURNE RD Poc POINT OF COMMENCING L3 SO4'27'14"E 22.03' (OF -WAY CIRF 5/8 INCH CAPPED IRON CAB. A. SLIDE 9826 ROD STAMPED SHIELD ENGINEERING" FOUND NOTES: 1/2 IRF� S89'13'01"W 1s2.4r t 1. LEGAL DESCRIPTION OF EVEN ACCOMPANIES THIS EASEMENT DATE —� S 89013'01 2. BEARINGS REFERENCED TO THE TEXAS 10, u.E. 30.18' STATE PLANE COORDINATE SYSTEM, LOT 6 LOT 7 NORTH CENTRAL ZONE, MAD '83. ALL _C POB — — — — — DISTANCES ARE GROUND DISTANCES. LOT 7, BLOCK 6 PANTHER HEIGHTS PEE OF T�,+ CABINET A, SLIDE 9826 G\ S Tf p .9 P.R.T.C.T ( �i.�4. Fo.s ROBERT P. ALLEN ..................... 0 6495 Pv SHIELD � �- 9tiFfss+o�yo� i r SUR`�F' ENGINEERING GROUP ROBERT P. ALLEN R.P.L.S. No. 6495 TBPE FIRM #F•11039 • TBLS FIRM #10193890 DATED: 07-27-2022 1600 West 7th Street, Suite 400, Fort Worth, TX 76102 • 817 811) 0696 Easement and Right of Way Page 9 of 15 i w N 0 rn r 0 N N z z w LU w i 0 0 z 3 Q 0 0 0 0 EXHIBIT "F " 3o' TEifPORARI "CO,,V4TRUC'TIO.V F ISF AfF, W 3,6_)3 SQFTORo.o8yACWESOFL4AW J0HyVhORTICA-7'511'RTTT, AB.STR4C7'yrj CI7'T"0,F'F0R7' WORTH! 7:4R9ANT C:OUA7Y TE UY BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF A CERTAIN TRACT OF LAND DESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY (HEREIN CALLED TESCO TRACT) AS RECORDED IN VOLUME 3599, PAGE 588, DEED RECORDS, TARRANT COUNTY, TEXAS (D.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS. BEGINNING AT A POINT IN THE SOUTH LINE OF SAID TESCO TRACT, AND BEING IN THE NORTH LINE OF LOT 7, BLOCK 6 OF PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS SHOWN ON THE PLAT THEREOF AND RECORDED IN CABINET A, SLIDE 9826, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.), FROM WHICH A 1/2-INCH IRON ROD FOUND FOR THE NORTHWEST CORNER OF SAID LOT 7 BEARS SOUTH 89'13'01" WEST, A DISTANCE OF 162.41 FEET; THENCE OVER AND ACROSS SAID TESCO TRACT THE FOLLOWING COURSES AND DISTANCES. NORTH 07'01'43" WEST, A DISTANCE OF 96.15 FEET TO A POINT; NORTH 04'27'14" WEST, A DISTANCE OF 24.62 FEET TO A POINT BEING IN THE NORTH LINE OF SAID TESCO TRACT AND THE SOUTH LINE OF LOT 26, BLOCK L OF MCPHERSON VILLAGE, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS SHOWN ON THE PLAT THERE OF AND RECORDED IN INSTRUMENT NO. D219239223, OFFICIAL PUBLIC RECORDS. TARRANT COUNTY, TEXAS (O.P.R.T.C.T.); THENCE NORTH 89'12'22" EAST WITH THE COMMON NORTH LINE OF SAID TESCO TRACT AND THE SOUTH LINE OF SAID LOT 26„ PASSING AT A DISTANCE OF 20.66 FEET, A 5/8-INCH CAPPED IRON ROD STAMPED "SHIELD ENGINEERING" BEING THE COMMON SOUTHEAST CORNER OF SAID LOT 26 AND THE SOUTHWEST CORNER OF LOT 31X OF SAID MCPHERSON VILLAGE, AND PASSING AT A DISTANCE OF 25.68 FEET, A 518-INCH CAPPED IRON ROD STAMPED "SHIELD ENGINEERING" BEING THE COMMON SOUTHEAST CORNER OF SAID LOT 31X AND THE SOUTHWEST CORNER OF THE RIGHT-OF-WAY OF SUMMER CREEK DRIVE (A 110' RIGHT-OF-WAY) AS SHOWN ON SAID MCPHERSON VILLAGE, CONTINUING IN ALL A DISTANCE OF 30.06 FEET TO A POINT; THENCE OVER AND ACROSS SAID TESCO TRACT THE FOLLOWING COURSES AND DISTANCES; SOUTH 04'27'14" EAST, A DISTANCE OF 22.03 FEET TO A POINT; SOUTH 07'01'43" EAST, A DISTANCE OF 98 75 FEET TO A POINT BEING IN THE SOUTH LINE SAID TESCO TRACT AND THE NORTH LINE OF AFOREMENTIONED LOT 7; THENCE SOUTH 89'13'01" WEST WITH COMMON SOUTH LINE OF SAID TESCO TRACT AND NORTH LINE OF SAID LOT 7, A DISTANCE OF 30 18 FEET TO THE POINT OF BEGINNING AND CONTAINING 3,623 SQUARE FEET OR 0.083 ACRES OF LAND, MORE OR LESS. NOTES: 1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM #10193a90 1600 West 7th Street, Suite 400, Fort Worth. TX 76102 • 811.810.0696 ROBERT P. ALLEN R.P.L.S. No. 6495 DATED. 07-27-2022 / G`O7e��� ROBERT P. ALLEN ..................... `0 6495 VV Easement and Right of Way Page 10 of 15 EXHIBIT "G" LOT 157, BLOCK B LOT 1, BLOCK L MCPHERSON VILLAGE 3o'TEJIFORARi'COiVSTRUC770NFASF,YbTE1VT MCPHERSON VILLAGE PHASE 3 PHASE 3,3,,Sy6SQFTORO.Or�1gACRESOFLA1�17 INST.NO. 0221254655 INS 0. P. R. T. C. r r. 022.T. 655 — - JOHNhORTICA_J SURTEl, ABS7RACT914 — — o.P.R.TC.rT. — CITi"OFFORTMORTH, TARRlt1VTCOU.A7YTElf U I CAVANNA DRIVE LOT 157X 3.97' IRF L2 (50' RIGHT-OF-WAY) _ LOT IXIli- — — N 89'12'21' E IRF 23.97' POINT OF BEGINNING 30' TEMPORARY CONSTRUCTION EASEMENT 3,596 SQUARE FEET OR 0.083 ACRES c = I - 15' WATER EASEMENT 0 20 40 BY SEPARATE Z cn ( INSTRUMENT O O GRAPHIC SCALE IN FEET o 0 rn rn ( LINE TABLE Ln c� I LINE # BEARING LENGTH TEXAS ELECTRIC SERVICE COMPANY = VOL. 3599, PG. 588 I L1 S89'13'01"W 30.00' D.R.TC.T s I L2 N89'12'21"E 30.00' 1 1'^ W 00 557' /� APPROX. DISTANCE = I APPROX. DISTANCE /� 430' V ONCOR TOWER I ONCOR TOWER V LEGEND: POB POINT OF BEGINNING � \ t POC POINT OF COMMENCING IRF IRON ROD FOUND CM CONTROLUNG MONUMENT I NOTES: I. LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS EASEMENT DRAWING. 2. BEARINGS REFERENCED TO THE TEXAS I 1�2" IRF STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. I — ,23.79' N 89'13'01" E LOT 11, BLOCK 7 L1 23I237 LOT 1 PANTHER HEIGHTS 10 U.E. 10' U.E. LOT 2 CAVANNA DRIVE CAB. A, SL. 9826 (60' RIGHT-OF-WAY) BLOCK 6 P. R. T. C. T. — — — — i — PANTHER HEIGHTS CAB, A, SL. 9826 P. R. T. C. T. OF T �P•' \STf ROBERT P. ALLEN ..................... 495 SHIELD , ss\ E 9 FSS���' O� ENGINEERING GROUP �- ROBERT P. ALLEN R.P.L.S. No. 6495 TBPE FIRM CF•1103) • TBLS FIRM #10193890 DATED. 07-05-2022 1600 West 7th Street. Suite 400, Fort Worth TX 76102 • 817.310.0696 Easement and Right of Way Page 11 of 15 0 0 IL 0 r E-YHIBIF "H" ,po' 7YJlF0RAR.FC0yVSTRUC 770A EASEYVEAT ,3,•- 96SQTT0Ro.o8,;ACRE40TLAIVZ) JOHA, AM T[CA YSUR G'EY, A RSTRACT 9t4 C77TOFFORTWORTH, T4RRANTC0U7YTL U4S BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF A CERTAIN TRACT OF LAND DESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY (HEREIN CALLED TESCO TRACT) AS RECORDED IN VOLUME 3599, PAGE 588, DEED RECORDS, TARRANT COUNTY, TEXAS (D.R.T.C.T.), AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A POINT IN THE SOUTH RIGHT-OF-WAY LINE OF CAVANNA DRIVE (A 50 FOOT RIGHT-OF-WAY) AS SHOWN ON MCPHERSON VILLAGE PHASE 3, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, RECORDED IN INSTRUMENT NO. D221254655, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.) AND BEING IN THE NORTH LINE OF SAID TESCO TRACT AND BEING IN THE SOUTH LINE OF SAID MCPHERSON VILLAGE, FROM WHICH A 5/8 INCH IRON ROD WITH CAP STAMPED "SHIELD ENGINEERING" FOUND BEARS N 89"12'21" E, A DISTANCE OF 23.97 FEET, SAID IRON ROD BEING THE SOUTHWEST CORNER OF LOT 1X, BLOCK L OF SAID MCPHERSON VILLAGE AND BEING THE SOUTHEAST CORNER OF SAID CAVANNA; THENCE S 00°46'59" E, OVER AND ACROSS SAID TESCO TRACT, A DISTANCE OF 119.88 FEET TO A POINT IN THE NORTH LINE OF PANTHER HEIGHTS, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS SHOWN ON THE PLAT THERE OF AND RECORDED IN CABINET A, SLIDE 9826, PLAT RECORDS, TARRANT COUNTY, TEXAS (P.R.T.C.T.), AND BEING IN THE COMMON NORTH RIGHT-OF-WAY LINE OF CAVANNA DRIVE (A 60 FOOT RIGHT-OF-WAY) AS SHOWN ON SAID PANTHER HEIGHTS AND THE COMMON SOUTH LINE OF SAID TESCO TRACT, FROM WHICH A 1/2 INCH IRON ROD BEARS N 89-13-01" E, A DISTANCE OF 232.37; THENCE S 89°13'01" W, ALONG SAID COMMON NORTH AND SOUTH LINE, PASSING AT A DISTANCE OF 23.79 FEET THE NORTHEAST CORNER OF LOT 11, BLOCK 7 OF SAID PANTHER HEIGHTS, CONTINUING IN ALL A DISTANCE OF 30.00 FEET TO A POINT; THENCE N 00°46'59" W, OVER AND ACROSS SAID TESCO TRACT, A DISTANCE OF 119.88 FEET TO A POINT IN THE COMMON SOUTH LINE OF LOT 157X, BLOCK B OF AFOREMENTIONED MCHPERSON VILLAGE AND BEING IN THE COMMON NORTH LINE OF SAID TESCO TRACT; THENCE N 89°12'21" E, ALONG SAID COMMON SOUTH AND NORTH LINE AT A DISTANCE OF 3.97 FEET PASSING A 5/8 INCH IRON ROD WITH CAP STAMPED "SHIELD ENGINEERING" FOUND FOR THE SOUTHEAST CORNER OF SAID LOT 157X, CONTINUING IN ALL A DISTANCE OF 30.00 FEET TO THE POINT OF BEGINNING AND CONTAINING 3,596 SQUARE FEET OR 0.083 ACRES OF LAND, MORE OR LESS. NOTES: 1. EASEMENT DRAWING DF EVEN DATE ACCOMPANIES THIS LEGAL DESCRIPTION. 2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE GROUND DISTANCES. SHIELD ENGINEERING GROUP TBPE FIRM #F-11039 • TBLS FIRM 010193890 1600 West 7th Street Suite 400, Fort Worth, TX 76102 • 817,810.0696 ROBERT P. ALLEN R.P.L.S. No. 6495 DATED: 07-05-2022 OF ROBERT P. ALLEN ..................... °p 6495 P� Easement and Right of Way Page 12 of 15 LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RIGHT OF WAY EXHIBIT "I" 1. You are notified, and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times, with Chapter 752, V.T.C.A., Health & Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1, 2003 shall comply with the requirements of Public Utility Commission Substantive Rules §25.101, as amended from time to time. 4. No crossing less than 45 degrees to the centerline of the right-of-way. 5. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. 6. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 7. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 8. No signs, lights or guard lights will be permitted on the right-of-way. 9. Power line safety equipment operations: hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard §1926.1408 at all times. Equipment shall not be placed within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines. Easement and Right of Way Page 13 of 15 10. Any pre -approved fencing will not exceed eight (8) feet in height, and if metal in nature, will be grounded, at ten (10) feet intervals, with an appropriate driven ground. Gates should be at least sixteen (16) feet in width to allow Oncor access to the right-of-way. 11. No dumpsters will be allowed on Oncor right-of-way or fee owned property. 12. Draglines will not be used under the line or on Oncor right-of-way. 13. The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any Oncor transmission structure (tower, pole, guy wire, etc...). 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance. 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, 817-496-2746. 17. No hazardous materials will be stored on the right of way. 18. For purposes of this document, "Hazardous Materials" means and includes those substances, including, without limitation, asbestos -containing material containing more than one percent (1%) asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste, materials or substances under any Hazardous Material Law. "Hazardous Material Laws" collectively means and includes any present and future local, state and federal law relating to the environment and environmental conditions including, without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et seq., the Comprehensive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. §§9601-9657, as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA"), the Hazardous Material Transportation Act, 49 U.S.C. §6901 et seq., the Federal Water Pollution Control Act, 33 U.S.C. §1251, et seq., the Clean Air Act, 42 U.S.C. §741 et seq., Easement and Right of Way Page 14 of 15 the Clean Water Act, 33 U.S.C. §7401 et seg., the Toxic Substances Control Act, 15 U.S.C. §§2601-2629, the Safe Drinking Water Act, 42 U.S.C. §§300f-330j, and all the regulations, orders, and decrees now or hereafter promulgated thereunder. 19. Brush and cut timber is not to be piled or stacked on Oncor right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20. No structures or obstructions, such as buildings, garages, barns, sheds, swimming pools, playground equipment, guard houses, etc., will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on the right-of-way. 23. Gas Pipeline Protective Barrier; Grantee, at Grantee's sole expense, shall provide one of the following protective barriers; 1) a concrete protective barrier between the surface and the pipe that is a minimum of one (1) foot thick by one (1) foot wide, if pipe is wider than one (1) foot, then width of pipe, with the top of the concrete barrier to be at least one (1) foot below the surface or final grade, 2) construct the gas pipeline inside of a proper protective steel casing, 3) where electric facilities are located above ground, install the pipeline a minimum of ten (10) feet below the ground surface, or 4) where electric facilities are located below ground, install the pipeline at a depth that provides for a minimum of a ten (10) foot clearance between the pipeline and the underground electric facilities. 24. No fire hydrants or manholes will be permitted within the right-of-way. 25. Any drainage feature that allows water to pond, causes erosion, directs stormwater toward the right-of-way or limits access to or around Oncor's facilities is prohibited. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 26. No boring pits or other type of pits will be permitted within the right-of-way. Easement and Right of Way Page 15 of 15 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMV Flow Traiq er Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01'r Prqjeet Number 103116-2 Revised tidy I, 201 1 801 Cherry Street, Suite 2800 + Fort Worth, Texas 76102 + 817-735-7300 + FAX 817-735-7491 www.freese.com TO: Andrew Richardson, PE, Olivia Kerss, PE OF FROM: PE Sebastian Farkas EIT Mike Shiflett, i ....�•*,�' • � M.M. SHIFLETT •••• • ii,�% 43763 ,' � QC: Tony Bosecker, PE �'CENlE° ;<�J 411� TONAL• EN�� SUBJECT: Pressure Sustaining Valve Vault J PROJECT: FTW21158 03/31/2022 DATE: March 31, 2022 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144 1.00 PROJECT DESCRIPTION The City of Forth Worth is requesting a design for a new pressure sustaining valve (PSV), flow meter, two pressure plane valves (PPV), and associated 12-inch water line (up to 1,200 linearfeet) to convert the McPherson Village Phase 3 and Panther Heights developments from Southside III service area to the Southside IV service area. The project site extents are between the intersection of Summer Creek Drive and Rancho Verde Parkway and the cul-de-sac of Fogata Lane 1400 feet south, located near the southwestern border of the City of Fort Worth. The purpose of this Geotechnical Memorandum is to provide subsurface information along the pipeline alignment and at relevant structures, and to provide bearing capacity and lateral earth pressure recommendations for the PSV vault. The scope of work included • Drilling four (4) subsurface exploration borings along the pipeline alignment to depths of 15 to 20 feet below existing ground surface • Performing laboratory tests on recovered soil samples for soil classification and pertinent engineering properties, and • Developing this Geotechnical Memorandum to convey the findings of the investigations and to provide bearing capacity and lateral earth pressure parameters for design of the PSV vault. 2.00 SUBSURFACE EXPLORATION AND LABORATORY TESTING Drilling was performed on March 4th, 2022, by Texplor Drilling. The subsurface conditions were explored by drilling four (4) geotechnical borings to depths of approximately 15 to 20 feet below the existing ground surface along the pipeline alignment or at pertinent structures, as shown on Attachment B. The locations were not Pressure Sustaining Valve Vault March 31, 2022 surveyed; however, the estimated geodetic coordinates have been included on the boring logs for reference and were estimated using geographic information software. Boring elevations shown upon the logs of borings have been determined from site topographic data developed for this project being used by the design team. The boring locations and the elevations interpolated from the topographic map should be considered accurate only to the degree implied by the methods used to obtain the data. The four borings were drilled as shown on Table 1. Table 1: Exploratory Borings B 2202 12-inch Pressure 4-5 15 857.5 32.593246-97.406795 Plane Valve Pressure B-2203 Sustaining Valve 8-9 20 855.2 32.591687-97.406698 Vault B-2204 Flow Meter 5 15 855.4 32.591777-97.406715 (1) Ground elevation of control point #51 located 17.8 feet from the boring used for the ground elevation. Borings were checked for seepage during drilling and upon completion of the boring. Water was not encountered in any of the borings drilled for the project. Upon completion of the drilling and sampling operations, the borings were backfilled with soil cuttings. The logs of borings are included with this memorandum as Attachment B along with a key to the symbols and terms used on the logs. Boring logs were prepared from the field logs and represent a generalized interpretation of the stratigraphy encountered within each boring based on field descriptions, in situ testing, and laboratory test results. Stratigraphy lines shown on the logs correspond to the approximate boundary between strata. In situ, this transition can be, and is often, gradual. Laboratory testing was performed by Beyond Engineering & Testing, LLC, on recovered samples selected by FNI. These samples were selected as being generally representative of subsurface strata encountered within the 2 Pressure Sustaining Valve Vault March 31, 2022 borings. Testing included material classification according to the Unified Soil Classification System (USCS) to evaluate pertinent engineering properties of the materials. These tests included: • Moisture content, • Atterberg limits, • Percentage passing No. 200 sieve, • Unconfined compression tests The laboratory results are presented on the boring logs and the individual test reports included with this memorandum on Attachment C. 3.00 SUBSURFACE SOIL CONDITIONS The project site is located within a surface outcrop of the Grayson Marl and Main Street Limestone, undivided, according to the Geologic Atlas of Texas. The Grayson Marl and Main Street Limestone are known to be interbedded and will typically consist of layers of limestone interbedded with highly weathered layers of marl weathered to a clay consistency. The primary material at the site was residual clays from the parent formation. Sound rock material originating from the Grayson Marl and Main Street Limestone was encountered at the site. Soils encountered consisted of a relatively consistent stratigraphy of two distinct residual clay strata underlain by weathered and unweathered marl. The first layer of residual clay consisted of a two (2) to three (3)-foot thick fat clay (CH) layer of brown very stiff to hard clay. The second layer of residual clay was considered marl weathered to the point of behaving more as a clay than a rock and consisted of a 2.5 to five (5)-foot thick lean clay (CL) layer of white to tan hard clay. The weathering of the second residual clay layer varied and some of the less weathered portions are believed to have impacted the percent passing no. 200 sieve results. The weathered marl consisted of a tan to gray weathered zone 3.5 to 7.5 feet thick underlain by an unweathered zone. At Boring B-2201, a 2.5-foot layer of gravelly clay fill was present at the surface overlying the residual soils. Table 2 displays the materials encountered in each boring. 3 Pressure Sustaining Valve Vault March 31, 2022 Table 2: Subsurface Materials Encountered FRIEE I ral"s 111IC14OLS Brown Residual 2.5-5 0-2.5 0-2 0-3 Clay White to Tan Residual 5-7.5 2.5-7.5 2-5.5 3-5.5 Clay Weathered Marl 7.5-15 7.5-11 5.5-12 5.5-12 Unweathered **(,) 11-15 12-20 12-15 Marl (1) BGS: Below Ground Surface (2) "denotes that material was not encountered at the boring 4.00 ANALYSIS AND RECOMMENDATIONS Borings B-2201 and B-2202 were drilled along the pipeline route. The logs of borings are provided and serve to indicate the subsurface strata at the boring locations along the pipeline route. Borings B-2203 and B-2204 were drilled at the proposed PSV vault and have been used to develop the geotechnical design parameters for the vault. 4.01 BEARING CAPACITY The base of the vault is expected to be roughly 7 feet wide by 9.5 feet long and bear a minimum of 8 feet BGS. The valve vault is located at the location of Boring B-2203 and near B-2204. These borings encountered weathered marl below elevation 849.7 feet, which is about 5% feet below existing grade. The valve vault will be founded within the weathered marl. The bottom slab of the vault will serve as a mat foundation or alternatively may be designed as a slab -on -grade with grade beams. With the bottom of the vault being placed near elevation 847 feet, there will be about 8 feet of exterior soil cover from the slab to final grade. 4 Pressure Sustaining Valve Vault March 31, 2022 I j IFREESIE A net allowable unit foundation load for the bottom slab and grade beams placed within the weathered marl of up to 4,000 pounds per square foot may be used to size the grades beams, or 3,500 psf for the mat foundation. These values will provide factors of safety greater than 3. As previously mentioned, portions of the weathered marl can be clayey and soil like. Therefore, once the foundation has been excavated to expose the weathered marl, a 3-inch-thick, lean concrete protective mud slab should be placed within 24 hours to prevent drying and cracking, or softening due to rain, of the exposed marl. The weathered marl can contain layers of calcareous clay that are softer than the marl. If a softer layer of clay is encountered at the bearing depth, the calcareous clay should be undercut to expose the harder weathered marl and replaced with compacted fill (preferably crushed limestone base material, TXDOT Item 247, Grade 1- 2 or 3, Type A) or thicken the protective mud slab. 4.02 LATERAL EARTH PRESSURES The PSV vault subsurface walls will be under lateral loading due to the exterior soil and fill. Backfill around the valve vault walls may consist of onsite soil. Alternatively, the wall backfill may consist of select material, which is a City of Fort Worth preference since it will be in the Right of Way and close to a road. The select backfill is assumed to be Class 4 Earth Fill per FNI Soils for Earthwork Specification. Class 4 Earth Fill consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a minimum plasticity index of 7 and a maximum of 15, which are free of organic materials. Table 3 shows the determined lateral earth pressures for the select or onsite soils used as backfill. The subsurface walls of the vault will be fixed at the top and an at -rest earth pressure will be appropriate for design. Table 3 - Equivalent Fluid Pressures for Wall Backfill Select Fill At -rest 66 96 0=28°, y=125 pcf ko=0.53 On Site Clay At -rest 78 102 0=22°, y=125 pcf ko=0.63 5 Pressure Sustaining Valve Vault March 31, 2022 REESE The location and magnitude of surcharge loads, transient or permanent, should be determined. Additional pressures generated by these loads should also be considered. Surcharge loads can be factored using the appropriate earth -pressure coefficient values provided in Table 3. It is recommended that the undrained condition be used for design unless an external drainage system is in place. The values provided for onsite clay backfill may be used for either undisturbed or recompacted clay. The values given for the select fill condition require that a full "wedge" of the select fill material be present behind the wall. The select fill should extend from the bottom of the wall and slope upward and away from the wall at a slope of 1:1 or flatter. It is typical to extend the wall backfill horizontally from the base of the wall a minimum amount to facilitate construction. Backfill soil should be placed in lifts and compacted to 94 to 97 percent of maximum density within 2% of optimum moisture when compared to Standard Proctor, ASTM D698. Do not overcompact the fill material within the 3-foot zone next to the wall. 5.00 SEISMIC CLASS Seismic designs in Texas are typically based upon the criteria established in the International Building Code (IBC). The seismic design is based on the Site Class, as defined in Sections 1613.3.2, in accordance with Chapter 20 of ASCE 7. The project site is Site Class C. 6.00 OTHER CONSTRUCTION CONSIDERATIONS General fill at the site should be compacted to 95 percent or greater of maximum dry density at a moisture content between -1 and +3 percent of optimum moisture when referenced to Standard Proctor density, ASTM D698. Standard City of Fort Worth or FNI compaction criteria will apply to trench backfill if traffic or equipment loads will drive over the utility trench after construction. Although relatively thin in section, expansive clay soils do exist along the project that can undergo volume change with fluctuations in moisture content. Should there be other project components that will be supported at grade, the designers may need to consider the potential of expansive soil movement. The expansive clay is relatively thin in section. The calculated potential vertical rise or potential vertical movement (PVM) is about 1% to 1%: inches for a complete soil moisture cycle. Since the PSV vault will be founded within the marl at a depth of about 8 feet, the foundation or bottom slab will be supported below the expansive soils. N. Pressure Sustaining Valve Vault March 31, 2022 7.00 LIMITATIONS "I rkol.ma, This memorandum has been prepared specifically for use by the City of Fort Worth and Freese and Nichols, Inc. for the Southside IV Pressure Reducing Valve project and shall not be used for other projects or purposes. This work was performed in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc. makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The information and opinions contained in this memorandum are based on field observations, subsurface explorations, laboratory tests, and present knowledge of the proposed project. It is possible that soil, rock, or groundwater conditions could vary between or beyond the points explored. Paragraphs, statements, test results, boring logs, figures, etc., should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the purpose of this memorandum. This memorandum may be used by the City of Fort Worth and the design team for the purposes stated, within a reasonable time from its issuance. Should it be decided to provide the information in this memorandum to others outside the design team and the City, Attachments A, B, and C are technical data and can be provided as part of the contract documents. The remaining portions of the Geotechnical Memorandum are interpretations of the data and may be provided for informational purposes only but are not considered part of the contract documents. -END OF MEMORANDUM - ATTACHMENTS A Vicinity and Boring Location Map (Figures 1 and 2) B Logs of Borings B-2201— B-2204 and Key to Symbols C Laboratory Test Results (Summary and Unconfined Compression) 7 Pressure Sustaining Valve Vault March 31, 2022 FREESrm NICHOIAN ATTACHMENT A VICINITY MAP, BORING LOCATION MAP-2 PAGES 2,%. t •�� b_` r W Rim r �Atd�, c f r 0 J. \�. InQ�s Villa e R -�_ `��.� r- n J- _ o KQa� i• ` o ��r�� ��.IJiley Rd { — Rock Gt�g �' ! m �`_. � �� I �' aair-M[ r Project Location 77-711a , _ ! Stew E I,r f �n �r--�.. loj �...� iF1' a1 p 1 — Ies�i3 Cn r l0 c, 6G 1a 3 yc;� Bea Dr „10-" �jjjllll' Crow Iey Rd --_ G r C ! �� �rj �] Longhorn TO (1= r _ --------------I of , Fiighw 1187 i Williamson Rd Colt L FM 11 7 Ii FM 118T ".�_` Ii 7 FM 11 *'7 r LL 1 g7 dF 10 a►riaro Dr L - �' cam' -- s'' o CIO oil I 0 4,000 8,000 -_ ._. 1:Wr_;,;.-� i•-.,\ ,� �� Feet Egglestofj r' � c FN JOB NO City of Fort Worth FPN21158 FREESE N F'LE Psv_FTW VIC 9087°NICHOLS w E Pressure Sustaining Valve DATE 2 3/28/2022 801 CherrySt. Suite 2800 SCALE 1 50.000 Forte-(81 ) 76102-0 C Vicinity Map-ES��NSebastianFarkas FIGURE Phone -rth, T 776 - 02-6 J DRAFTED Z. Crossley 05Ago-- 41 'Ii1.. I 2, 4. 1 0 Ok> 4v� m7 IF B-2202 ler7; B-2204 B-2203 silo 511, A :w Ad� - i -6 H= aff9aft -1 pin fog Pressure Sustaining Valve Vault March 31, 2022 r FREIESIE .1y11���L ATTACHMENT B LOG OF BORINGS B-2201THROUGH B-2204- 4 PAGES BORING LOG LEGEND- 2 PAGES F NNICHOLS Project Description: Pressure Sustaining Valve Project Location: Fort Worth, TX Date Drilling Started: 3/4/2022 Logged By: S. Farkas Rig Type: CME55 Latitude: 32.595432 SAMPLE \ r J 3 F Z W 1 0}' z Wp F 0 owz > cr v}i o y00 m F F LOG OF BORING NO. B-2201 Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Longitude:-97.406902 MATERIAL DESCRIPTION OF GRAVELLY FAT CLAY (CH), very dark SPT-1 8-8-11 brown, hard, dry, with calcareous gravel (19) (Fill) - U-2 2.5 (P) 25 -strong organic smell at 2.5 feet LEAN CLAY (CL), medium brown, very stiff, dry, silty (Residual) 5— U-3 SPT-4 19-31-40 (71) SPT-5 50/5.00" 10 A-6 50/0.50" 15 — Tl CP [ 50/0.50" 20- 4.5+ (P) 42 LEAN CLAY (CL), white to gray, with j // orange streaks, hard, moist, calcareous, / completely weathered marl jlaminated, (Residual) MARL, tan to gray with orange streaks, weathered, soft rock, oxide staining (Grayson Marl and Mainstreet Limestone) Total boring depth 15.0 ft. Project No.: FTW21158 Phase No.: 0010 Date Drilling Completed: 3/4/2022 Drill Method: CFA Elevation: 856.6 ft. �o a W e x > w F F Z ur Z W W J J ?= } d F J Q Z 0 lJ } N 0 Q j W Sao o o � g g J W OF ZUJ Q F.-Z 1 Z b Q W 20 84 59 23 36 _ 21 60 52 22 30 - 2.5/854A 5/851.6 —852 12 92 28 15 13 _ 7.5/849.1 12 — 847 8 .342 — 837 GROUND WATER OBSERVATIONS ( Remarks: 0-15 feet continuous flight auger. Boring backfilled with soil cuttings MEASUREMENT SZ At Time Of Drillin4 T At End of Drilling Y After Drilling upon completion. Borings elevation is obtained from control point DATE 411, which is located 17.8 feet from the point. DEPTH (ft.bgs.) NOTES None None The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 r WNICHOLS Project Description: Pressure Sustaining Valve Project Location: Fort Worth, TX Date Drilling Started: 3/4/2022 Logged By: S.Farkas Rig Type: CME 55 Latitude: 32.593246 SAMPLE N \ Y J _ ] Z "F r m `1 1 O 1 F W W �0../ QF O W Z > V LA 3 Z24 g X O X W co ¢O z LOG OF BORING NO. B-2202 Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Longitude:-97.406795 MATERIAL DESCRIPTION U-1 3.5 (P) 46 FAT CLAY (CH), very dark brown, very stiff j to hard, moist, with occasional calcareous nodules U-2 4.5 (P) 58 U-3 4.5+ (P) 54 LEAN CLAY (CL), white to light gray with 2 5/855 0 u-4 4.5+ (P) 5g / orange streaks, moist, hard, calcareous, / oxide staining, laminated structure, completely weathered marl (Residual) 5— U-5 4.5+ (P) 29 SPT-6 13-19-27 (46) A-7 10 50/0.50" Tom/ 50/0.50" A-8 50/0.50" 15— Tom / 50/0.50" 20— Project No.: FTW21158 Phase No.: 0010 Date Drilling Completed: 3/4/2022 Drill Method: CFA Elevation: 857.5 ft. G W x > z 2 > ~ c~C r F L, Z W C Z W N N J J ? = 1 F J Z LL O Qo r aN 7 u OW Q > v~i 1' CY Wi g N lJ UJ �U, Z W '¢ W z° g 30 90 62 24 38 15 87 28 14 14 11 MARL, gray to tan, weathered, soft rock 7.5/850.0 (Grayson Marl and Mainstreet 8 Limestone) MARL, gray, unweathered, soft rock (Grayson Marl and Mainstreet Limestone) Total boring depth 15.0 ft. 11/846.5 67 30 16 14 — 853 — 848 -243 — 838 GROUND WATER OBSERVATIONS Remarks: 0-15 feet continuous flight auger. Boring backfilled with soil cuttings MEASUREMENT V At Time Of Drillin,4 T At End of Drilling Y After Drilling upon completion. DATE DEPTH (ft.bgs.) NOTES None None The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 r KNICHOLS Project Description: Pressure Sustaining Valve Project Location: Fort Worth, TX Date Drilling Started: 3/4/2022 Logged By: S. Farkas Rig Type: CME 55 Latitude: 32.591687 SAMPLE 3 Z u�a 0 H W D W Kp i X m W a 0 a�W W Q• Q Q W Q > Cr H Z 3 2> 0 z 0 0 Q 0 K W = K 0 1 LOG OF BORING NO. B-2203 Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Longitude:-97.406698 MATERIAL DESCRIPTION u-1 3.5 (P) 42 FAT CLAY (CH), dark brown, moist, very 0,V/4' F1,144 stiff to hard, occasional calcareous nodules (Residual) U-2 4.5+ (P) 67 U-3 4.5+ (P) 54 / LEAN CLAY (CL), white to tan dry, hard, calcareous, laminated, oxide staining, j completely weatered marl (Residual) SPT-5 12-20-24 5 _ 44 A-6 50/0.50" 10 TCP 50/0.25" A-7 50/1" 15 T� CP 50/0.501, A-8 50/0.50" 20TCP 50/0.25" MARL, tan, weathered, soft rock (Grayson Marl and Mainstreet Limestone) MARL, gray, unweathered, soft rock (Grayson Marl and Mainstreet Limestone) Total boring depth 20.0 ft. Project No.: FTW21158 Phase No.: 0010 Date Drilling Completed: 3/4/2022 Drill Method: CFA Elevation: 855.2 ft. 2e a x u+ > X Z = W (7 > Q Z V; r lA 0: Q 4. w Lu Z to W W Z Ui � �_ -' � V Lu_ a [- LL Z 0 0 3 aN i= v 0Z ¢ - cc W Q e 9 L uF Z > LU QZ a g Z 0Q uw 3 M a 28 84 60 23 37 2.3 3.7 2/853.2 11 30 44 17 27 5.8 3 7 7 85 27 14 13 — 850 55/849.7 10 — 845 12/843.2 5 _ — 840 335 GROUND WATER OBSERVATIONS Remarks: 0-15 feet continuous flight auger. Boring backfilled with soil cuttings MEASUREMENT V At Time Of Drilling T At End of Drilling Y After Drilling upon completion. DATE DEPTH (ft.bgs.) NOTES None None The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 r� NICHOLS Project Description: Pressure Sustaining Valve Project Location: Fort Worth, TX Date Drilling Started: 3/4/2022 Logged By: S. Farkas Rig Type: CME 55 Latitude: 32.591777 SAMPLE J ~ ujd F W = W 0= ~ 0= a mm W a O aF W W ��..`} Fo W Z > c/V 1 3 z2j O0 a O QOo: W m =o O z LOG OF BORING NO. B-2204 Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Longitude:-97.406715 MATERIAL DESCRIPTION Project No.: FTW21158 Phase No.: 0010 Date Drilling Completed: 3/4/2022 Drill Method: CFA Elevation: 855.4 ft. o O. W X > LL F W cF cF_C C ?= V1 Y 1' J F Z W C Z W JCC J a F Z LL O O 3 ,,o o u Qo �_ gl7 OUJUJ a a a J Ln Z CL 3 Z a z j u-1 4.0 (P) 50 FAT CLAY (CH), very dark brown, hard, moist, calcareous nodules (Residual) U-2 4.5+ (P) 50 27 U-3 4.5+ (P) 46 U-4 4.5+ (P) 46 LEAN CLAY (CL), light gray to white to 3/852.4 10 / tan, hard, calcareous, oxide staining, / completely weathered marl (Residual) SPT-5 12(1)830 5— 5 / 1 / j A-6 So/0.50" 10 TLf 50/0.50" A7 50/0 50" 15— TL i 50/0.50" 20— MARL, tan, weathered, soft rock, chalky 5.5/849.9 (Grayson Marl and Mainstreet Limestone) -all cuttings chalky below 6 feet 7 MARL, gray, unweathered, soft rock 12/843A 6 (Grayson Marl and Mainstreet Limestone) Total boring depth 15.0 ft. 89 65 26 39 5 3.4 78 39 16 23 11.5 3.9 85 31 15 16 — 850 — 845 240 —835 GROUND WATER OBSERVATIONS Remarks: 0-15 feet continuous flight auger. Boring backfilled with soil cuttings MEASUREMENT 7 At Time Of Drillinfz T At End of Drilling Y After Drilling upon completion. DATE DEPTH (ft.bgs.) NOTES None None The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual.These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 BORING LOG LEGEND AND NOMENCLATURE U — Undisturbed Sample (tube) A — Auger Sample CS — Continuous Sample C — Rock Core Term Description Abbreviations SPT— Standard Penetration Test TCP — Texas Cone Penetration CFA — Continuous Flight Auger HSA — Hollow Stem Auger General Terms NT — Not Testable NP — Non Plastic ATD — At Time of Drilling AD — After Drilling Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Consistency of Cohesive Soil Description Comp. Strength, tsf SPT Blows TCP Blows Criteria Very Soft < 0.25 0-2 0-8 Sample sags under its own weight and is easily deformed Soft >_ 0.25 — < 0.5 > 2 — 4 > 8 — 20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff >_ 0.5 — < 1.0 > 4 — 8 N/A for TOOT Imprinted easily with fingers and remolded with firm finger pressure Stiff >_ 1.0 — < 2.0 > 8 — 15 >20 — 40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff >— 2.0 — < 4.0 > 15 — 30 > 40 to 80 Light imprint from finger or light indent with fingernail Hard >_ 4.0 > 30 >80 Difficult to indent with fingernail Apparent Density of Cohesionless Soil Description SPT Blow Count Texas Cone Blow Count Very Loose 0-4 0-8 Loose > 4 — 10 > 8 — 20 Medium Dense > 10 — 30 > 20 to 80 Dense > 30 — 50 80 to >_ 5" Very Dense > 50 0" to < 5" Soil Structure i Description Criteria Stratified Alternating layers of varying material/color with layers >— 1/4-inch thick Laminated Alternating layers of varying material/color with layers < 1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy; shows movement direction Blocky Cohesive soil that can be broken into small, angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout Description Criteria Dry Absence of moisture, dusty, dry to the touch Moist Damp but no visible water Wet Visible free water Textural Adjectives Textural Item Description Pit Pinhole sized openings Vug Small openings up to 4 inches in size Cavity Opening larger than 4 inches Honeycomb Numerous and grouped pits and vugs Vesicle Small openings in volcanic rocks �MF R E E S E Copyright Freese and Nichols, Inc., Version 1.4 (September 8, 2014) <NICHOLS Page 1 of 2 BORING LOG LEGEND AND NOMENCLATURE — Rock Hardness Descriptors Approx. Comp. Approx. Grade Field Test -- Strength, tsf TCP Range Very Soft < 10 - 100 >6" Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4" - 6" Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard 500 - 1000 1" - 5" Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer Very Hard 1000 - 2000 0" - 2" Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0" Specimen requires many blows of geological hammer to fracture it Degree of Rock Weathering Description Criteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10% volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock -like texture Rock Bedding Structure Description Criteria Laminated < 3/8 inch Very Thinly Bedded 3/8-1 inch Thinly Bedded 1 inch-4 inches Moderately Bedded 4 inches-1 foot Thickly Bedded 1 foot-3 feet Very Thickly Bedded 3-10 feet Massive > 10 feet Soil Column Graphic Symbols' L Graphic Represented Soil Types Graphic Represented Soil Types Fat Clay, Fat Clay with sand, Sandy Fat tiftifti Clay ,{ftifti Well -Graded Sand or Poorly -Graded Sand; little to no fines .r•r• ® Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay Clayey Gravel, Gravel -Sand -Clay Mixtures ® Inorganic Silt and Organic Silt Silty Gravel, Gravel -Sand -Silt Mixtures �j Clayey Sand, Clay -Sand Mixtures Well -Graded Gravel or Poorly -Graded Gravel; little to no fines Silty Sands, Sand -Silt Mixtures Fill with Significant Debris or Deleterious Material Rock Column Graphic Symbols' Graphic Represented Rock Types Graphic Represented Rock Types F� Limestone, Shaly/Marly Limestone, Limestone with Shale ® Marl, Marl with Limestone, Marl with Shale El Shale, Shale with Limestone Sandstone, Shaly Sandstone, Sandstone with Shale i:/ Mudstone Generic Bedrock Symbol • Combined graphics may be used for dual classifications. Not all graphics represented. Refer to lithology description for soil classification or rock type. FRE ESE Copyright Freese and Nichols, Inc., Version 1.4 (September 8, 2014) MM Oil AICHOLS Page 2 of 2 Pressure Sustaining Valve Vault March 31, 2022 FREESE 200,11 ffilct4nlLs— ATTACHMENT C LABORATORY RESULTS-9 PAGES SUMMARY OF LABORATORY RESULTS PAGE 1 OF 1 PROJECT NAME Pressure Sustaining Valve PROJECT LOCATION Fort Worth, TX Unit Borehole Depth, Water Dry ft content, % Weight Ib/ft3 B-2201 0.0 20.3 B-2201 2.0 20.5 B-2201 I 6.0 12.2 B-2201 8.0 12.1 B-2201 I 10.0 8.1 B-2202 I 1.0 29.5 B-2202 I 3.0 I 14.8 B-2202 I 6.0 11.0 B-2202 I 8.0 7.7 B-2203 I 1.0 I 28.4 B-2203 I 2.0 11.0 B-2203 I 3.0 I 7.4 B-2203 4.0 6.9 B-2203 I 5.5 I 9.5 B-2203 I 10.0 5.0 B-2204 1.0 26.8 B-2204 3.0 10.3 B-2204 I 4.0 7.6 B-2204 I 6.0 I 6.5 B-2204 J 10.0 L_ 6.3 PROJECT NUMBER FTW21158 PROJECT PHASE 0010 TESTING PERFOMED BY: Beyond Engineering % Passing Liquid Plastic Plasticity Unconfined Strain at No. 200 Limit Limit Index Compressive Failure, % Sieve Strength, tsf 84 59 23 36 60 52 22 30 92 28 15 13 90 62 24 38 87 28 14 I 14 67 30 16 14 84 60 23 I 37 1 2.3 30 44 17 27 5.8 85 27 14 I 13 89 65 26 39 5 78 39 - 16 I 23 I 11.5 85 31 15 16 3.7 3 3.4 3.9 - IW4 EYONO Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Client: Freese & Nichols, Inc. Project No.: LT2203012 Type of Specimen: Shelby Tube Project: SS IV Pump Station and Hydro Tank Test Method: ASTM D2166 Strain Rate: 1.0 %/min (PN: FTW21158) Test Date: 3/17/2022 Sample I.D.: B-2203 at 1-2 ft 50 40 0 0 2 4 6 8 Axial Strain (%) Mohr Circles for Peak Stress at Failure 50 40 a 30 Q a� L i 20 S„ 16.0 psi a� Cn 10 0 0 10 20 30 40 Compressive Stress (psi) Ifil Initial Specimen Conditions Avg. Diameter (in) Do Avg. Height (in) Ho Water Content (%) wo Total Unit Weight (pcf) 9totat Dry Unit Weight (pcf) gdry, Saturation (%) Sr Void Ratio eo Specific Gravity (Assumed) Gs Stresses at Failure Compressive Strength, q „ (tsf) Axial Strain at Failure (%) Axial Strain at 50 % of q „ (%) Total Stresses at Failure Major Principal Stress, S t (psi) Minor Principal Stress, -3 (psi) Undrained Shear Strength, S„ (tsf) 2.75 5.98 28.4 118.2 92.0 92.3 0.83 2.70 2.3 3.7 0.8 32.0 0 1.15 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. Te-An Wang, EIT, 03/18/22 Quality Review/Date Specimen prepared & tested by: B.Z.P. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. /EYONa Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese & Nichols, Inc. Project: SS IV Pump Station and Hydro Tank Specimen: B-2203 at 1-2 ft Failure Mode: Brittle Failure Project No.: LT2203012 Test Method: ASTM D2166 Test Date: 03/17/22 f The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. W4 EYOND Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Client: Freese & Nichols, Inc. Project No.: LT2203012 Type of Specimen: Shelby Tube Project: SS IV Pump Station and Hydro Tank Test Method: ASTM D2166 Strain Rate: 1.0 %/min (PN: FTW21158) Test Date: 3/17/2022 Sample I.D.: B-2203 at 2-3 ft 100 80 0 100 80 0 2 4 Axial Strain (%) Mohr Circles for Peak Stress at Failure 60 - S„ = 40.5 psi 40 20-7 0 1 1 1 0 20 40 60 80 Compressive Stress (psi) 100 6 Initial Specimen Conditions Avg. Diameter (in) Do Avg. Height (in) Ho Water Content (%) wo Total Unit Weight (pcf) 9totai Dry Unit Weight (pcf) 9dry Saturation (%) S, Void Ratio eo Specific Gravity (Assumed) G9 Stresses at Failure Compressive Strength, q ,, (tsf) Axial Strain at Failure (%) Axial Strain at 50 % of q ,, (%) Total Stresses at Failure Major Principal Stress, s I (psi) Minor Principal Stress, s3 (psi) Undrained Shear Strength, S. (tsf) 2.75 5.97 11.0 134.5 121.3 75.8 0.39 2.70 5.8 3.0 1.6 81.0 0 2.91 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. Te-An Wang, EIT, 03/18/22 Quality Review/Date Specimen prepared & tested by: B.Z.P. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. AW 45Y ^EYONa Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese & Nichols, Inc. Project No.: LT2203012 Project: SS IV Pump Station and Hydro Test Method: ASTM D2166 Tank Test Date: 03/ 17/22 Specimen: B-2203 at 2-3 ft Failure Mode: Brittle Failure The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Beyond Engineering & Testing, LLC E YO N O 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese & Nichols, Inc. Project No.: LT2203012 Type of Specimen: Shelby Tube Project: SS IV Pump Station and Hydro Tank Test Method: ASTM D2166 Strain Rate: 1.0 %/min (PN: FTW21158) Test Date: 3/17/2022 Sample I.D.: B-2204 at 1-2 ft 100 80 y a y y 60 2 y 40 a E U 20 0 0 2 4 100 Ow Axial Strain (%) Mohr Circles for Peak Stress at Failure 80 r H y S. =,34.9 psi 40 a� r 20 - 0 0 20 40 60 80 Compressive Stress (psi) 100 6 Initial Specimen Conditions Avg. Diameter (in) Do 2.75 Avg. Height (in) Ha 5.98 Water Content (%) wo 26.8 Total Unit Weight (pcf) etotat 121.7 Dry Unit Weight (pcf) gdry 95.9 Saturation (%) Sr 95.7 Void Ratio ea 0.76 Specific Gravity (Assumed) Gs 2.70 Stresses at Failure Compressive Strength, q u (tsf) 5.0 Axial Strain at Failure (%) 3.4 Axial Strain at 50 % of q„ (%) 0.9 Total Stresses at Failure Major Principal Stress, 5 t (psi) 69.7 Minor Principal Stress, 53 (psi) 0 Undrained Shear Strength, S. (tsf) 2.51 Note: Failure was determined at the maximum deviator stress or deviator stress at 15 % axial strain, whenever is obtained first. Te-An Wang, EIT, 03/18/22 Quality Review/Date Specimen prepared & tested by: B.Z.P. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. JOREYON0 Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese & Nichols, Inc. Project: SS IV Pump Station and Hydro Tank Specimen: B-2204 at 1-2 ft Failure Mode: Brittle Failure Project No.: LT2203012 Test Method: ASTM D2166 Test Date: 03/ 17/22 The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. �EYONO Unconfined Compression Test Report Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Client: Freese & Nichols, Inc. Project No.: LT2203012 Type of Specimen: Shelby Tube Project: SS IV Pump Station and Hydro Tank Test Method: ASTM D2166 Strain Rate: 1.0 %/min (PN: FTW21158) Test Date: 3/17/2022 Sample I.D.: B-2204 at 3-4 ft 200 Initial Specimen Conditions I Avg. Diameter (in) D. 2.77 160 - Q I Avg. Height (in) H. 5.92 120 I Water Content (%) w° 10.3 w Total Unit Weight (pcf) stotal 132.7 .>i y 80 - I Dry Unit Weight (pcf) 9dry 120.3 EI Saturation (%) S, 69.3 U 40 - - -i3f 0�---J --�-------- I Void Ratio e° 0.40 Specific Gravity (Assumed) Gs 2.70 0 0 2 4 Axial Strain (%) 6 8 Mohr Circles for Peak Stress at Failure Stresses at Failure 200 Compressive Strength, q u (tsf) 11.5 Axial Strain at Failure (%) 3.9 160 - ' I Axial Strain at 50 % of q ,, (%) 1.5 Total Stresses at Failure p" � 130 - or Principal Stress 5 si Major P � 1(P ) 159.5 Minor Principal Stress, � 3 (psi) 0 i � S„ = 79.7 psi 80 — — — — — Undrained Shear Strength, S„ (tsf) 5.74 ee Note: Failure was determined at the maximum deviator 40 - stress or deviator stress at 15 % axial strain, whenever is obtained first. 0 0 40 80 120 160 200 Compressive Stress (psi) Te-An Wang, EIT, 03/18/22 Quality Review/Date Specimen prepared & tested by: B.Z.P. The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. Jwe4 ^EYONO Beyond Engineering & Testing, LLC 3801 Doris Lane, Suite B Round Rock, TX 78664 (512)358-6048 Unconfined Compression Test Report Client: Freese & Nichols, Inc. Project No.: LT2203012 Project: SS IV Pump Station and Hydro Test Method: ASTM D2166 Tank Specimen: B-2204 at 3-4 ft Failure Mode: Brittle Failure Test Date: 03/17/22 The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the sample tested and / or inspected. They are not intended to be indicative of qualities of apparently identical products. The use of our name must recieve prior written approval. Reports must be reproduced in their entirety. Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SSIVF/oar Trans%rStation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number 103116-1 Revised hily I, 2011 X-26352 FORTWORTH BETSY PRICE MAYOR DAVID COOKE CITY MANAGER GREG SIMMONS, P.E. —------------ ----- -- --- CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHRISTOP HER P. HARDER, P.E. DIRECTOR, WATER DEPARTMENT W ... . prep N BNtIES 9., 86193 of `!ccxsc4•�� tis1,�;w•�,� �, vz, rota IPRC NO. 19-0253 CITY PROJECT NO. 1 102531 FID NO. 30114-0200431-102531-E07685 FILE NO. W-2687 THE CITY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE MCPHERSON VILLAGE ADDITION PHASE 3 LOTS 85-90, 92-157, 91 X & 157X, BLOCK B; LOTS 17-30, BLOCK I; LOTS 3-28, 30 & 29X, BLOCK J; LOTS 3-30, BLOCK K;LOTS 1-11 & 1X BLOCK L OWNED/DEVELOPED BY CW MCPHERSON RANCH 8655 SOUTH PRIEST DRIVE --- TEMPE, AZ 85284 214-646-6687 LOCATION MAP N.T.S. MAPSCO NO. TAR - 116C & 116D CITY COUNCIL DISTRICT 6 April 2020 PREPARED BY: q 11 L L ENGINEERING GROUP TBPE fIRM #F--11039 - TBPLS FIRM H10193890 1600 Walt 71h Street, Suite 200, Fort Worlh, TX 76102 • 817.810.0696 * THE STANDARD SHEETS SPECIFICALLY IDENTIFIED ABOVE IiAVE BEEN SELECTED BY ME OR UNDER MY RESPONSIBLE SUPERVISION AS BEING APPLICABLE TO THIS PROJECT, UNIT 1: WATER AND SEWER IMPROVEMENTS SHEET NO. DESCRIPTION 1 COVER SHEET 2 FINAL PLAT - PHASE 3 3 FINAL PLAT - PHASE 3 4 GENERAL NOTES 5 GENERAL NOTES 6 OVERALL WATER PLAN 7 WATER PLAN 8 WATER PLAN 9 WATER PLAN 10 WATER PLAN * 11 WATER DETAILS * 12 WATER DETAILS * 13 WATER DETAILS 14 OVERALL SANITARY SEWER PLAN 15 SANITARY SEWER PLAN & PROFILE SS-5 16 SANITARY SEWER PLAN & PROFILE SS-6 17 SANITARY SEWER PLAN & PROFILE SS-7 18 SANITARY SEWER PLAN & PROFILE SS-9 19 SANITARY SEWER PLAN & PROFILE SS-10 20 SANITARY SEWER PLAN & PROFILE SS-11 21 SANITARY SEWER PLAN & PROFILE SS-12 '22 SANITARY SEWER PLAN & PROFILE SS-12 * 23 SANITARY SEWER DETAILS * 24 SANITARY SEWER DETAILS UNIT 2: PAVING AND DRAINAGE IMPROVEMENTS SHEET NO. DESCRIPTION 25 OVERALL GRADING PLAN 26 GRADING PLAN 27 GRADING PLAN 28 GRADING PLAN 29 GRADING PLAN TF 30 GRADING DETAILS 31 PAVING PLAN & PROFILE LADYTOWN LANE 32 PAVING PLAN & PROFILE LADYTOWN LANE 33 PAVING PLAN & PROFILE ASHFORD LANE 34 PAVING PLAN & PROFILE HOLYCROSS LANE 35 PAVING PLAN & PROFILE BURNFOOT LANE 36 PAVING PLAN & PROFILE DUBLIN LANE 37 PAVING PLAN & PROFILE HALFWAY LANE 38 PAVING PLAN & PROFILE CAVANNA DRIVE * 39 PAVING DETAILS it 40 PAVING DETAILS * 41 PAVING DETAILS tF 42 PAVING DETAILS 43 PRE DEVELOPMENT DRAINAGE AREA MAP 44 POST -ULTIMATE DEVELOPMENT DRAINAGE AREA NIAP 45 INLET CALCULATIONS 46 HYDRAULIC CALCULATIONS 47 STORM DRAIN PLAN & PROFILE SD-G 48 STORM LATERALS * 49 STORM DRAIN DETAILS * 50 STORM DRAIN DETAILS * 51 STORM DRAIN DETAILS 52 EROSION CONTROL PLAN 53 EROSION CONTROL PLAN * 54 EROSION CONTROL DETAILS 55 STREET LIGHT & SIGNAGE PLAN 56 STREET LIGHT & SIGNAGE PLAN 57 STREET LIGHT & SIGNAGE PLAN 58 STREET LIGHT & SIGNAGE PLAN is 59 STREET LUMINATION POLE DETAILS * 60 STREET LUMINAIRE POLE FOUNDATION DETAILS Ttc 61 STREET LUMINAIRE CONDUIT & GROUND BOX DETAILS YC 62 STREET SIGN DETAILS * 63 STREET SIGN DETAILS Doe X01-m S/2,&2_020- May 29, 2020 CHAIRMAN OF THE CITY PLAN COMMISSION DATE: RESOLUTION NO. 1-09-2U79 May 29 2020 EXECUTIVE SECRETARY DATE: Vic -for V. Tornetro Tr., P.C. May 28, 2020 Victor V. Tor Ir P.E. ,M y<`8, 202020'. 53 CDT) RECOMMENDED DATE: PROGRAM MANAGER 4Qr4 May 28, 2020 �- . I. vnLnef rbV )d, 1.W tS91:.Ut1 REVIEWED: DATE: PROJECT MANAGER X-26352 COPVRIGt,T 92019 BY SNEI D ENGINEEPING GROUP PLLC. TOPE P-11039 6 TBPLS 10193690 11u 3nre1 .1P,+nerin9 01+ Ib:s 19�Pn+er•1 x1a ,1.,Il+o.�rnr, DV •�, 11 B. NE'i, PX TI2.9519S, > n4/02/?021) nl n S fllJ 1n•;uni,ent withi t [11y .r 1,t.1o:,1'. 10 111v ,esUo ble , o, 1111e1 11•e rc, F"';, in9 Pr:e 1— •Vnl MATCHLINE D LEGEND PROP SANITARY SEWER LINE Z 5.50' 24 9 I II I_ I P4 PROP SANITARY SEWER MANHOLE _ 24 9 I 0 LU 15.00' I rI I I ? EXIST SANITARY SEWER LINE I i r I I w EXIST SANITARY SEWER MANHOLE _ I PROP WATER LINE 101IF� REVISIONS NO. A DESCRIPTION DATE 1 A NO CHANGE 03/11/2021 - -- 2 A THE ADDITION OF WATERLINE W-13 ON CAVANNA DRIVE 06/02/2021 PER CITY OF FORT WORTH REQUEST 1 23 10 I W f 1 1 23 10 1 23 PROP GATE VALVE I I 7 00 PROP FIRE HYDRANT }^IICROSSING #6 BLOCK K rw711 I I 1 BLOCK J I I 1BLOCK J W-6 STA 5+97.50= I 1 EXIST WATER LINE w m W-11 STA 0+00.00 - J INSTALL: 17.00' I EXIST GATE VALVE - -_ I1-8"X8"TEE 22 I� �I ZI z I� 11 - 8" CLEANING WYE 11 0 22 11 I 2 22 EXIST FIRE HYDRANT I 8 W-11 0 1INSERT POLY PIG NO.5 1 I ,� I 1 w PHASE LINE J I- N 6901402.46 I I -' ,} 1 1 1 - H 11� = 0-H- �u ky n1u+ IE2303562.35 `�-1 ° RIGHT-OF-WAY LINE ------ UL�i CROSSING #2 I �j I i 1 I I I I NOTES: Q�" C I W-1 i STA 0+45.00 21 12 I z I 21 12 I b I 21 1. ALL WATER LINES SHALL BE AW WA C-900 DR-14 CLASS 200 -- IINSTALL: r w o - -- - - 1 - 8" GATE VALVE & BOX I I I I I UNLESS DETAILED OTHERWISE. I I w 2. THE EXISTENCE AND LOCATION OF UNDERGROUND UTILITIES 1 I N 6901402.08 I I 1 1 I I I ON THE DRAWINGS WERE DERIVED FROM AVAILABLE RECORDS 11 I I IE 2303517.35 1 1 1 I AND SHALL BE CONSIDERED AS APPROXIMATE. 1I 3. CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD VERIFYING I F. EXISTING UTILITY LOCATIONS AS WELL AS HORIZONTAL AND _ .1 1 20 13 1 . F- I 20 13 I W 20 VERTICAL PLACEMENT. 123 F r '-" I I 21 I 4, CONTRACTOR SHALL IMMEDIATELY CONTACT THE ENGINEER O to I 1 I I I I UJ OF ANY DISCREPANCIES. I O 1 Bg - I 5. ALL WATER LINE ELEVATIONS ARE TO THE TOP OF PIPE UNLESS I I 1 ( OTHERWISE NOTED I 6. ALL PROPOSED WATER LINES MUST BE CONSTRUCTED IN z 1 17.50' I ACCORDANCE WITH THE CURRENT TEXAS COMMISSION ON 19 14 I 19 14 l 0 17.50 tg ENVIRONMENTAL QUALITY (TCEQ) RULES AND REGULATIONS 1 w I y l I I FOR PUBLIC WATER SYSTEMS 30 TEXAS ADMINISTRATIVE CODE 1 I I7.00 1 I I I (TAC) CHAPTER 290 SUBCHAPTER D. WHEN CONFLICTS ARE NOTED WITH LOCAL STANDARDS THE MORE STRINGENT I I m u A B+91.20 I 1 1 I I m a REQUIREMENT SHALL BE APPLIED. CONSTRUCTION FOR PUBLIC F- 9AWL , �I I ( I INS STA 8+51.01 I I w LU WATER SYSTEMS MUST ALWAYS, AT A MINIMUM, MEET TCEQ'S ¢1 ao I 18 1 - 8" GATE VALVE & BOX INSTALL: W-8 STA 8+65.00 I I Q Q "RULES AND REGULATIONS FOR PUBLIC WATER SYSTEMS." gl I 1 o N 6901119.36 1 1-8' X 6" ANCHOR TEE 18 15 INSTALL: 7.00' 18 7. ALL PROPOSED WATER LINE TO BE IN SS 3 PRESSURE LINE. 1-6" GATE VALVE & BOX 1 - 8" GATE VALVE &BOX I 1 I = _ 5.50, E 2303789.73 15 T a a 8. WATER STUDY NO. WSS-2016-216. g _ o I 1-FIRE HYDRANT N 6901139.38 I - f W-8 STA 8+82.50= �¢ W-6 STA 8+54.89 I -� I- I -/I INSTALL: W-13 STA 0+00 n0= N 6901151.11 E 2304092.07 o 17 WAG STA 6+94.70 124 1 - 8" GATE VALVE &BOX W-1US�fA i t}U3.14 1 t z3U3Bz1.96 -r IINSTALL: - ( �; W-10 STA 7+27.20 I d? I 1 - 8" X 8" TEE 4 I I N 6901145.10 INSTALL: 16 I I� W_7 STAB+65.00 1 -8' CLEANING WYE 17 E 2303561.08 17 1 - 8' X W TEE 1 INSTALL: 17 16 INSTALL: U 1 I I INSERT POLY PIG NO.7 f-- 1 - 8" GATE VALVE & BOX 1 - 8' GATE VALVE &BOX I I - -- 1 REMOVE POLY PIG NO.3 II CROSSING #4 N 6901121.62 N 6901121.89CROSSING #3 N 2303683 79 N 2303822. 8 1 I41AW 1IE 2303683.79 _ -' �E 2303822_08 _ E 2304059.72 1750' - �2304092.22 _ _ _ _ _ z - -17.52 -- - -- - ----- / E -- J CROSSING #7 10' UT LI' fY EASEMENT 7.00' r - - 10' UTILITY EASEMENT 7.00' _ I _ :\10' UTILITY EASEMENT -I - Cps/ �(- J FM / -+oo L: _ I- - - - - .� - + - �.6a -s+ee L7� L � � 10'UTILITY ASEMENT10' UTILITY EASEMENT \ I ��, (/ _ _ __ �- W-6 STA882.57= ` -13 STA O0: 2.50STA 8+82.SQ = W-10 STA 6+0331 0 W-10, STA 6+20.67 W-10 STA 5+3W-10 STA 2+26.51 1 I- INSTALL: STA 9+64.7 INSTALL: INSTALL: W-10 STA 5F300kINSTALL: z ALL: 1-45° BEND 1-45° BEND REMOVE 8' PI_ 6 I wl1-8"GATE VALVE&BX8'TEE1 - 8"X 8" EE 2 N 6901085.9;'DEFLECTION= .5*0'0" DEFL ECTION= 45°0'0' INSERT POLY I,IG NO. 4 i - 8"CLE NING WYE I ANI CLEANING NYE N 6901135.12 N 69 ,1122.51 CONNECT Td A`f 1 E 2303fi84.0i ( 12 13 REMOVE FOLYPIG NO. 1 N1 2OVE POLY F4G NO.2 E 2304178.64 E 23GY166.24 TO BE CONStk,4CITED1119.63N 6901117.43 McPHERSON �/4AGE E 2303560.43 - I� 3822.23 IIADDITION PHI`I 155 156 157 ?N 6901135.7311 W-10 STA 12+71.57 Qo I E2304251.631 I I IINSTALL: I_ U 1 W-13 STA 1i 00.004 5 6 7 8 9 10 I1 - 8"GATE VALVE & BOX I INSTALL:BLOCK B 1 - 8"GATE VALVE & B- N 6901117'05 I BLOCK L _ E 2303515-k 6 I ° I I N 6901018.4" - - - - - W _-LJUJb04.b cis�5 �5- - - - - - •-� W-13 STA 1+50.00 - LOT 1X OT`157X 10' UTIL ESMT pANY REMOVE POLY PIG NO.7 COM m SHIEI,D3 ENGINEERING GROUP N TOPE FIRM #F-11039-T8PLS FIRM #10193890 'O X CI1N6 M: BAFKS 86193 re ass? aiAC"F.. nv.ez. LI •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µ- H° INSTALL: _ ,»- _ _ _ -- _ - - ='- ` 1 - B. CLEANING WYE � - VJARNINGI! - -QIN AFtNINGI C SEMI 5 -r�- � Er;1R pG- WATER SHEET KEY 1 - 8' PLUG PROP GAS LINE TING OHE TEXAS EL 35997 C 7 L.LI N 6900968.47 BY OTHERS HIS AREA p.R- ' �. I I II II I 1 li Q E 2303685.05 �I I TL I �! _ �� MC DTIDN- CITYPROJECT#102531 FID#30114-0200431-102531-EO7685 ILL IL(AGE-AD FILE # X- 26352 MAPSCO # 116 C & 116 D z O 0 � CITY OF FORT WORTH, TEXAS Q P LOT P �� z.o' WATER SERVICES NOTES: CAUTIONI I ��-� ~_� WATER DEPARTMENT Q __wVjL TYPICAL F� 1. WATER SERVICES TO BE PLACED VON EACH 5.0� I EXISTING UTILITIES SIDE OF PROPERTY LINE WHEN RESIDENTIAL I I THE CONTRACTOR IS RESPONSIBLE FOR 7 I I W LOTS ARE STAGGERED. _ _ _ _ _ _ _ _ _ �_ _ _ IDENTIFYING & LOCATING ALL UNDERGROUND /� L VILLAGE i� 4" SEWER -8° WL FOR STREETS WITH LOTS DIRECTLY ACROSS UTILITIES PRIOR TO CONSTRUCTION. ALL / _ M CP H E RS N V I L LAG E AD D I T I O N Q SERVICES _ ° FROM ONE ANOTHER, PLACE WATER SERVICES _ INFORMATION SHOWN IN THESE PLANS IS BASED-�--{1 I- r J 8 SSrTYPICAL 1' WATER b / BACK OFFSERVICES AS SHOWN. o I`�I ON BEST AVAILABLE REFERENCE DOCUMENTS, I C - - r� P HAS E 3 2' ON EACH SIDE OF PROPERTY LINE ON THE 5.0' DATA PROVIDED BY UTILITY OWNERS, & �- > CURB-irOW SIDE CLOSEST TO THE WATER LINE. _ - n _ _ _ PHYSICAL APPURTENANCES OBSERVED IN THE ` 1 -_ I z FIELD. THE CONTRACTOR IS RESPONSIBLE FORLOT1'ON EACH SIDE OF PROPERTY ON THE SIDE Lq- P/L FURTHEST FROM THE WATER LINE I REVIEWING AND VERIFYING ALL SUCH Tm ID 2. INSTALL 551" SERVICES PER COFW INFORMATION. -I1 _ _ WATER PLAN (n w SPECIFICATION NO.33 12 10 LLl WATER SERVICE LOCATION GATE VALVE AND FIRE HYDRANT LOCATION _ Z NIS NTS -I -� T I -I �_ DESIGNED:SJM SCALE: DATE: SHEET: d. DRAWN: RJH 1"= 40' JUN 2021 10 OF 63 U COPYRIGHT CMI BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039&TBPLS 10193/390 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY CRAIG H. BARNES, P.E. NO.86193, ON OW22021. ALTERATION OF A SEALED DOCUME OTIFIC VIOLA TO THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT 2 PAVING, DRAINAGE & WATER G-1538 CONSTRUCTION PLANS FOR PANTHER HEIGHTS SUBDIVISION PHASE I DOE# 2455 - PHASE I WATER: PW 77-060770154900 - PHASE I T&PW: C115-030115095215 - PHASE I INDEX OF DRAWINGS Sheet No. Description C-1 FINAL PLAT SHEET 1 C-2 FINAL PLAT SHEET 2 —0 .1 FIAN G11/�7 TTQ -VERDEPLAN LE - 3"A. O+aO O 10 r00 —C 1 RANCHO V€RD€ PKWY. PLAN & PRr,\FlLE STA. —0 G n.vx4+O-,cnDE FIMY. PLAN o, RROFILC GTA. C 0 0 C AGT R PLI41 Q: rnoFILE - OTA- G 7 EAST R PIGHO DIEGO L N. PLAN &PROFILE 1. A. --6- G 9 O LNl 'NEST RAPG-O DIEGO, 41. PL-AN--&-RRMLC PLAN -,orPROFILE OT", 4+00-f()--36+60— STA. 36100 TO Di8#0 —0 10 6NEST ,:AP GH9 DIEGO EN. PL-AN-& PROFILE GT . G 12 NOT VXD PIIMX II —0 13 FIAN 'C110 Vl€jO WAY PLAN o. PROFILE GTA• TO -r.-T�6.5iE 22' 00 —0 11 NOT LlX-D ?IIASE 11 —C 15 N3��OCD`-.,rl AESE tt— C-16 WATER LAYOUT C-17 WATER UTILITY DETAILS C 1Q =,�' i9-4V8T-UCrJ ROAD SECTION 20—PLAN— —r 21—BRAMAGE GALCUL-,A{IONS Q DETAILS --G ' 2� EROSION--C-BN ROL PLAN- -C-�N3 GTnEET MN`S 6,.� GIIT lNG PLAN STREET L BHT DETAILS , v G 25 1� NOT USED — INTERSTATE 35N NORTH 3^ r� UA VANRDCft0AEEr RD 4131(R ]03 0 6SI CLEBURNE JUNCTION tt N CLEBURNE RD U O SITE IN CLEBURNE RD W. CLEBURNE RD STEWART PHELPS RD LOCATION MAP N. T. S. X-112231 � s Avomv-A 9'R ftAA- 3411(,M A. DOUGLAS RADEMAKER, P.E., DIRECTOR DATE DEPARTMENT OF ri NGINEf FNG S. FR K CR A 8, P.E., E GINEERING MANAGER DAT WATER DEPARTMENT --IRVaQ' L% �a9 GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR DA E DEPARTMENT OF TR N�TION & PUBLIC WORKS y(411 JOSEF TERNUS, P.E., ASSISTANT DIRECTOR r1'CE DEPA TMENT OF'CRANSPORTA'C[ON & PUBLIC WORKS } REVIEWED: b .11�&- DATE:3/v"j 7 RECOiNLMENDED: / 1-D,II DATE: 3126� PRQ71E MANAGER DIVISION NIr NAGER OWNED BY: TEXAS REAL ESTATE MORTGAGE, INC. I t615 FOREST CENTRAL DRIVE, SUITE 209 DALLAS, TX. 75243 PH (214) 341-2488 FAX (214) 341-2481 CONTACT: BOB SANDLIN DEVELOPED BY: TEXAS REAL ESTATE MORTGAC E, INC. 11615 FOREST CENTRAL DRIVE, SUITE 209 DALLAS, TX. 75243 :( PH (214) 341-2488 I FAX (214) 341-2481 CONTACT: BOB SANDLIN PREPARED BY: I HULSEY ENGINEERING, INC. ��;NNN,,, P.O. BOX 477 (.... 1 o�-ii-orc LILLIAN,TEXAS 76061cu ??... i) 4" �... enrol PH. (817)190-7740 FX. (817) 790-7776 CONTACT: CLINT HULSEY, P.E. X-11223 GENERAL NOTES, 1. ALL CONSTRUCTION SHALL COMPLY FULLY W1 TH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS AND DRAWINGS. 2. ITS REQUIRED THAT THE CONTRACTOR VISIT THE JOB SITE PRIOR TO BIDDING. J. THE LOCATION AND. DEPTH OF ALL EXISTING UTILITIES ON THE PLANS ARE UNKNOWN AND OTHER UTILITIES NOT SHOWNI MAY EXIST. THIS ENGINEER. TAKES NO RESPONSIBILITY FOR DEPTH, OR LOCATION OF E%ISTIN6 UTILITIES. 4. ITS THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE UTILITY COIAPAN19S AND TO VERIFY THE EXISTING LOCATION AND DEPTH OF THE UTILITIES IN THE FIELD PRIOR TO ANY CONSTRUCTION. 5. THECONTRACTOR HALL PROTECT A EXI TI C 0 SALL EXISTING PRIVATE AND,PUBLIC FEATURES fR01A DAMAGES. 6. THE CONTRACTOR SHALL MAINTAIN THE FLOW, OF TRAFFIC AT ALL TIMES AND PROVIDE ACCESS TO ALL DRIVES. A BARRICADE AND DETOUR PLAN TO BE SUBMITTED! TO THE CITY ENGINEER FOR APPROVAL PRIOR TO START OF CONSTRUCTION. 7. SHEETING, SHORING, BRACING: THE CONTRACTOR WALL ABIDE BY ALL APPLICABLE FEDERAL STATE AND:LOCAL LAWS GOVERNING EXCAVATION. TRENCHES AND THE CONTRACTOR AND BRACING IN STATE OF TEXAS. 8. ANY UTIUTIE9, P N -A II I'I i 1 I � III PHASE ONE 52 I r I�pI 3U 9� Tm G-I5$ Gr FITTING SCHEDULE A TAR EXISTING 38' WATER UNE. a (1) 8'x8%8- tE@ .. - A (1) 8-k8%o- tEE 7a O)1& GMD VALVE W/ BOX (2) 8- VALVES (2) 8- GATE VALVE W/ BOX (I) IS' 45t EL (1) 8-x81x6' TEE A (1) FIRE HYDRANT W/ ASSEMBLY (1) 8'x8'x8T TEE (1) FIRE HYDRANT W/ ASSEMBLY (1) 8%8'a6' TEE (2); 8- GATE VALVE IY/ BOX A (1) 8'z8"z8" TEE A(1) FIRE HYDRANT W/ ASSEMBLY (2)18- 45- EL (2) 8' GATE VALVES (1) 8"xWxIS" TEE (1)18'z8'x6' TEE (1)!FlRE HYDRANT W/ ASSEMBLY ® (I) 8"x81x8' TEE ® (1) FIRE Y// ASSEMBLY p Lh (2)! W 45- EL (2) 8' GATE VALVES (1) FIRE HYDRANT W/ ASSEMBLY ,6* TEE, (1) 8"x8r!6' TEE (1) 8" CAP (1)!8rx8'x6' TEE (1) 8N81x8' TEE A (1) FIRE HYDRANT W/ ASSEMBLY (1)!FAH HYDPANT W/ ASSEMBLY A (1) FIRE HYDRANT W/ ASSEMBLY (1) 8'x8%6" TEE ® (1) FIRE HYDRANT W/ ASSEMBLY (1) 8"z8'x6' TEE A (1) FIRE HYDRANT W/ ASSEMBLY ()) 8'x8'x61 TEE ® (1) 8' CAP (1) 8-z8'x6- TEE QI ()) IFIRB HYDRANT W/ ASSEMBLY (1) FIRE HYDRANT W/ASSEMBLY (1)18'x8'x6' TEE (1) 8'x8'x6' TEE /y A (1) FIRE HYDRANT W/ ASSEMBLY ©I(1)IRRE HYDRANT W/ ASSEMBLYLL�1 (1) 3'x8'x8' TEE (1) a: CA 6' TEE (1) 8' CAP (1)18'x8"x61 TEE (2) B- GATE VALVE W/ BOX 7QI(1)WIRO HYDRANT W/ ASSEMBLY A (1) FIRE HYDRANT W/ A53EMBLY (1)!8'x8'x6" TEB (1) 8'x8'x6" TEE NOTE: REFER TOl ROAD LAYOUTS & PROFILES FOR STATION MARKS OF FIRE HYDRANTS, VALVES AND DEADENDS. BENCHMARK ELEVATION: 86:4.69 0 Clry OF FT. W'OR H. P. 0.VUMHNT y87230 ONE SOUTH LT.A.A.B. (� EAST CORNER OFNT:R•SECTICN AT WEST CLEBURNE ' 'ROAD AND. STUAT TIP fELPS ROAD. 116"SOUTH OF --- ----+ - ---------++--+� IEENTER-UNECF ';TU RT PHELPS ROAD. 21.4'EAST 1' T I �:5" 09 CENTER LINE XT ESP CLEBURNE ROAO'TO THE t r ! SOUTH. 1S017H IF UTILITY POLE AND I- MST IJ 12. I \ OF EAS11 ROIWA 1`NC i. A CONCRETE MONUMENT a IW1TH BRASS CAP SOURCE: CITY OF FORT WORTH 1a \ I 1 t4 - _ E ONE - IO I "� \ � 9 I / J``l /� \ / /y D'edfCaUdn 2 / '\ 9� J H I 1m21, � 1 i 1 --- (LI \ 13 IJ \X/ 3 \ 1 A! / 60' Wide Rfght-oW dqy OeAfe°tlon .------fit-----+..�-------�._.- _ _'9 "�a�cORD..awiNG.3 Cl2RHVL6N s zI al all �l 11Laouei(astynla,Ix'AF�VVIc�r-"��'� —�xi� a. A`\ % . . iVAI EXISTING 01 3.0' 6UTILITY LEGENDFIT LINE WATERLIN— .. — _.—a — .. — .. �Sun Conty9 Msn T Vd114 Page 1995 J - —W—NEW WATER, LINE FIRE HYDRANT ---I-- ---W---EXISTING WATER LINE co 6r GATE VALVE M I 1 s.o' —ri--ANEW WATER VALVE MECH. JOINT HYDRANT NEW FIRE HYDRANT TEE GLOW F-1224 3/4" WATER METER OR APPROVEO EQUAL NEW SINGLE METER ASSEMBLY I COOPER PIPE 0 100 200� 40a 600 —� NEW DUAL MBTER ASSEMBLY �- - — - — 8.' WATER LINE — - —--- SCALE: 1- = 200' —A NEW CAP Typical Water Line: Alllanment at a Fire HvdranA Location N.T.SI R S S SIDE SLOPES, SHALL MEBT OCCUPATION SAFETY AND�HEALTH ADMINISTRATION (OSHA) 9TANDARDS. I 11 WILL SUBMIT DETAIL TRENCH SAFETY PLANS, TO THE CITY SHOWING HOW TO ACCOMPLISH TRENCHING, SHEETING, SHORING, I 1 ORDER'TO MEET (OSHA) TRENCHING SAFETY STANDARDS. THESE PLANSi WALL BE SEALED,BY AN ENGINEER':REGISTERED BY THE ( 31 29 I / Is IVATE OR PUBLIC PROPERTY DAMAGED BY CONTRACTOR SHALL BE REPAIRED AT THE CONTRACTORS' EXPENSE. TO BE P.V.C. AWWA C-900, CLASS 2001 DR-T4. \ I 50 I 28 PIPE BALL BE REMOVEDOWHEN USED IN MJ FITTING. WILL L BE HELD! TO A MINIMUM COVER OF 36'. ORNERS SHALL BE STAKED WITH IRON PINS PRIOR TO THE INSTALLATION OF ANY WATER SERVICES. \T. 49 2A WATER PIPE IS ALLOWED TO •BE STORED A MAXIMUM OF SIX 6 LION 1H5 WIT HOUT COVER! THEREAFTER ALL PIPES SHOULD BE ROM,SUNUCHT AND PROTECTED FROM OTHER ELEMENTS. S INCLUDING FIRE HYDRANTS AND VALVES SHALL BE POLY WRAPPED. R THAN 2" WILL BE MADE USING TAP TEES. MINIMUM OF 1' APART WITH TAPS NO CLOSER THAN I" TO EtiOl OF PIPEt CUTTER FOR TAPS TO DE DOUBLE SLOTTED TYPE.. SHALL BE USED FOR SERVICES. STAINLESS STEEL SADDLES ARE REWIRED. I`I ONSIBIUTY OF THE UTILITY CONTRACTOR TO' FURNISH AND INSTALL METER' BOX AS APPROVED BY THE ENGINEERING OEPL 47 25 TO BE LOCATED 5' UPSTREAM OF CENTERUNE OF LOTS. STATIONS ARE REFERENCED TO THE CENTER LINE OF THE ROADS. t 1 40 24 ei II fff��} I I !I 14 1 I I 43 23 r 1, I! 11 li 44 22 1 g1� tll ,11oeA, ,r�\I \ 20 i�l l4i I1/ 26 271 28 29/ W JO 31 J2 JJ J4 J51/, JOI J7' 38 19 40 41, ` 125 19 21 24 A! II 5 OII� \ \ 19, 101 t•111/ 22' N � 74 15 10 11 2) 29 JO JF � J2 JJ J I i I CAP OrPHAS X\12 I ifaneR6- it 27 �ti0 2t t7 18 /1\4 IJI \ 12 hl_ f0 l 9 8 W 8 5 4. JI Q '1 20 --1 - -t--- �— J-,�---t�--T8011-Karie�ld-UieY`�°- -�I� �/j„ -- 15 24 19 18, I7 10. 15\'I 141 IJ 12 11 10 9 it 0 5 J 2 ( / 1 2JI � '1 PHASE ONE !:PHASE TWO \ SEE DETAIL 1 \ G `(FUTURE) HIULSEY ENGENEERING' P.O. BOX 4'A7 �H, (817) 1?1907-7740 IIILLIAN, TEXAS FX. (817) 790-77176 76061 PANTHER HEIGHTS WATER LAYOUT HORT SCALE! JI31ESIGNED: C.H. REVISIONS: QU 1' = 200, 1I� SHEET NUMBER YER7. SCALE yRAWN: J.S. II 10 of 2g N/AI APPROVED C.H. DATE: 3-BO-98 FILE: JOBS/98445/445�Woter.dwg PLOTTED: 3�30-99 0 MIKE MONCRIEF MAYOR GARY W. JACKSON CITY MANAGER ROBERT D. GOODE, P.E. TRANSPORTATION & PUBLIC WORKD DIRECTOR DALE FISSLER, Y.E. DIRECTOR, WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING OWNER/DEVELOPER 1STEVE HAWKINS 7755 BELLAIRE DRIVE SOUTH FORT WORTH, TEXAS 76132 THE CITY OF FORT WORTH, TEXAS CONSTRUCTION PLANS FOR ..p►�el►���pplllpi►�6i��I3 WATER IMPROVEMENTS TO SERVE PANTHER HEIGHTS ADDITION i7tiUA PION /v 11. s. NOVEMBER 2003 I a 9 AZf FClxt C_ l; ra�l.F-0AtpE sA I IvI./1 p X-1481 9 6-c")0 INDEX OF DRAWINGS 1. COVERSHEET >.NCI[O DATA CA DR1V PLAN & PROFILE OGAT PLAN & PROFILE O PLAN & PROFILE \'fA PLe1N �@ PROFILE PAVING DETAILS OSH PLAN & PROFILE OSADA PLAN & PROFILE OSADA SL.AN & PROFILE 10• WATER PLAN ROSION CONTROL LIGII 1. ST ETAILS I AILS ►FFIC CONTR IS. FINAL PLAT z �a RECORD DRAWINGS a A. DO GLAS RADEbfAKCR, P.E.WWI ,� `fir, �__ DIRECTOR DEPARTMEN'POFENGINEERING ci CRANK CRUMB, P.E. DATE A ISTANT' DIRECTOR, WATER DEPARTMENT r z E� VIEWED IAA' E RECOMMENDED DATE ''pjEO...,, F lff' 1. �iG �■ F. P. GREENHAW III, INC. Engineers/Planners 3332 West AN S0ee1 :�' ,_►_ 'r �l, � � l�1jj ' ' rj r ; feux �J!E::YUN i Foil Wonh, Texas 76107 617/335-7654 %r ., ► 77�1�4n , WATER PROJEIa T NO. P163-060163015194 STREET & STORl*v1 DRAIN FILE NO. 1430 D.O.E. NO.4357 00 c gpo 11. "rA. r. 1 65 16' clov 00430 rp yrp.10"A0 I SfrA III+" W: d;AYU' VAZ�V& 4r, Of, A,, "IV roan -AS uW - Io,, 21. Po N 9'19' M WA.I R it,, 4 5 6 2 "Awlaw 11A 3 '70 sualEsif A"_ SIN 11: iI SQ G El�: vlStep I Trr;h IIth Crushed Llrllt-# .0wTtHe A V4 FAI51inst"et solfa, 17Th., towpw To A HIOf IS A 1 isDAV'm COMB srlro kv I 90% proctor, I A " Z4 IF, A. -fee 11 AtIuM PT tLOe law- 0141RIP 6 "EuMENN u'c I PLOCI fit cut 11-k • 6'v&�reg , III I= 1 90- Mine. SID. FIRS MDAANI 0 SIZES UP 10 AND INCLUDING 127: Both Sid"JJ t��r . 1 . A Tes _7 'T no Step 2; Work To Its A-0-9'"i"d 9 If su b,Lq ... t To Obtaining MIA. 11EIII I I A�,I,01114 Uck"ll sTATIOU CALLEO M VON. SEE 0 -. . . or I rl ndhturbed Usk: 1ATVt LWC.1"�S i, -If --all ,I shoulder 2" Hot MIX 0. -91,.r1.1hed NCCHMICACJOIHT cm ston., r1a. Ste In IV' CATE VALVE I5wv '.==cR ... Ud Co-V-11- -fee ST.RN c"A,,; - Ir gEg_ FjL-Z4(b) DO 2, For 2-1 Hot mix 0_CD Ell. T RI�d 'm c,,,"t. wo 'All VCVLW 5 It,le(or-d Class r1l 09P4 VALVE. A STAHOAAD R NA'ALL LEAD. CRU ST "N' Co-4114 O'S"Cortcrel smy. D"oun SIX= f�� • Thl-JuNIP g.,, to ob A Mf Ik. 1 17 0e, e it- 0�co. , I TyjjCAL Fige HYQRA1,fl` INSTALLATION Ste, pis M1.1- of 2' Of *A, SWIfl.d With Off DETAIL ,I VjATER. SIZES 16" AND LARGER Top vityj,tion slightly AND GATI, V,4jyj,LOCATI Hot Ix 0,er The A&fIcablG , Too Of w1tI.q I, S .�SEWFR, ALL SIZES US str-t fl.v.tl- t C-0t.,. 0.", julpf.11.9 St -Al STORM DRAIN: ALL SIZES � To 6. lf�� 4 r.. SPSc'd 24" C c "t. Y.1, y1th A • Min. ;f,z $.,I C-sit-di.01 0 ii': Mt.: To TN .1 WATER GENERAL NOTESt NVATER DISTRIBUTION SYSTEMS HAVE BEEN DESIGNED IN 0 ShAIT�R�IAQIFI �AOIIS ACCIDRDANC13NV]7n7HU"POLICY RIND PP, CBDIJR8POR PROCESSING WATER AND SEWER DESIGN DATED APRIL 1999, IV1711 SAND 1RJ THSLATOT REVISIONS, AS MABLISHED BY TIM CITY OF TORT f1k IL LT-ss THAW to, D" WOATI I WATER DEPARTMENT FOR WATER AND SEWER PROJECTS. �'I' Im, E`1. gg=., BOW 1200: w 3 of THE C.C.D. AND 3W"- 2� APPLICABLRDMIGN AND DETAILS SR&LL CONFORM TO PART "S' p.L - 1p OR LESS THE 11-113 "U., WE- . 0" OF THE "GENERAL CONTRACT I)OfUJfENT3 AND SPECIFICATIONS IH`4 "*2 STREET & 5TIM DRNN CW5T`uC`R`"' AL 0"0' STANDARD DETAIL , a THESE jums SHAM APPLY, FOR NVATER. DEPARTMENT PROJECTS- EFFECTIVE JULY 1, 1918 WITIA Ows"Va STWE GMATION FOR THELATES17REVISfONS. I;PvLoo SEME SIZE x numED 0_10 MOT mix A. BXISTINO UTILI TY DATA 13 PROVIDED FOR INFORMATION ONLY. VIATER, SEVER & STORM DRAIN ALTHOUGHTH19 AT ISSIiO%VNASACCURkTELY-ASPOSSIBLE, O 40-73 - oETA.ILS REPAIR RACTOD 13 ACAUTLONED THAT THE DEVELOPER AND O/A. FI,1130ME10 0D 13A""Ll' THE CONT 55-90 ENGINEER NEITHER ASSUMES NOR IMPLIES ANY RESPONSIBILITY 04 W-10q FOR TUB ACCURACY OF TIES DATA, 95-%00 Crry OF FORT WORTH -CONSTRUCTION A.. . pa1 1 2-1902 FIGURE 2.02 FIDURS A DAIL. 4. TIM CONTRACTOR IS TO VERIFY LOCATION AND ELEVATION OF FIXISTINOI)TILITLIS PRIOR TO coNmucuom S. THE CONTRACTOR SHALL, Bid RESPONSIBLI3 FOR CONTIRLUCTION S 02*52 . WE SrAMOOFTHISPROJECf. 14.6P 4.6 P 6. TRENCHES WHICH LAY OUTSIDE EXISTING OR FUTURE PAVEMENTS SHALL DII ffACXJ[LLrO ABOVETOP OF THE EJ.FB2OJ,0_,W WITH TYPE 3 88'02'27E "C" 11 iA78RlAL%VHENTYPfl-G- BACK FILL MATERIAL IS NOTPo/. .1 S=T=L.1 AND AT THE DIRECTION OF TIES ENGINEER, TYPE -B" MATERIALS11ALLDBUSED. ALL BACKFILLMATERIAL SHALL BEG COMPACT TO A MIND B5M OF %% PROCTOR DENSITY bY MEANS-U FUTUM PAVEMENT SHALL 08 DACKFULED PER Fill. W'WITH 9VA 1 . STANDARD PROCTOR DENSITY OF -2.+4 OF THIS OPTUUM 11SIV 1.11 molsw" CONTENT. ream POINT OF 014 2877.04' 4' 7 WATER SERVICES TO BB INSTALLED rNTHIS CONTRACT. -------------- SEWER SERVICE LIKES SHALL 811 LOCATED AS SHOWN HEREON. 3, THE CONTRACTOR SHALL COMPLY WITH TEXAS 1191339 BILL 150, 7 EFFECT[" SEPTEMBER 1, 1989, TONIAINTAIN A VIABLE TRENCH 'SAMYSYSTUfATALLTEWS. 14 -3 STA41. 9. CONCROTH BLOCKRAG SHALL 82 CONSTRUMED IN ACCORDANCE I IT ivllv WIT111110. 9, SECTION 111-20 AND 13240OFTH13 'GENERALCOMRACr I.A VOC(AIMNYS AND SPECIFICATIONS FOR WA11,R. DEPARTMENT ------- PROJECTS. If, IfA A� A to FIRTIRYOMIT SHALLBELOCATrD 3' 0'➢rill. TIE BACK OFTHU R UN L256 r 2 mIL",f!O 15, CITY dt, Fr.w6z-r 4. 11, ALL WATER SERVICES SHALL BIT I` � AND SHALL OR CoppE, UNLESS cow OIBBWNVI9BSPECIF]liDANDSRALLBRINSTALL]31)INT[f]S RACT 100 BOXES, OTC ALONG WITH CORPORATION STOPS, CLASS A hfBTkR 17 12- 1 LU -4f -29 -Pow- ;wlze A 6 2 2 J 4 5 • 4 WA,f 1`40' 01. S R� 1050. L-5 I " �;� 0' DRAWING v/,kTrj?j,jAip? 'AbLqew, fq 00j. I City Of FORT WORyVi,1kXAS , WATER PLAN & Planntrs .. ......... SUBMITTED: RIVI Ew 9 o: sma DRAWN: loop DW11 PRELIMINARY PLANS FOR THE CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING CROWL,EY MIDDLE SCHOOL 6�E�aAlljl WATER IMPROVEMENTS SUMMER CREEK DRIVE AND STEWART FELTZ ROAD MIKE MONCRIEF MA YOR CHARLES R. BOSWELL CITY MANAGER ROBERT D. GOODIE, RE DIRECTOR, TRANS & PUBLIC WORKS DEPARTMENT FRANK CRUMB, P.E. DIRECTOR, WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING WATER PROJECT NO: P164-060164015381 SEWER PROJECT A/O,- P174-070174013379 DOE NO. 5003 FILE NO. W-1721 L0CA / IO/ N IWAP O 20 --' ~ 81 (183 s 69 J� SEMINARY PLC FMES P 0Lv0 0 l �eP W CO UMBU� o c� 1 J McPHERSON/ BLVD. 11 PROJEC T LOCATION 07915 •�/f/ Gy�CG�i�- P:E Date: EVERMAN PKWY. RECORD DRAWINGS ;' � r,lrahr� N "' 7 mVN'd Ul TEAGUE NALL AND ,'ERKINS ENGINEERS ► SURVEYORS 0 CONSULTANTS Responsive Service. RHllable Results. w.tnp-onllne.com 1100 Macon Street Fort Worth, Texas 76102 (817) 336-5773 -17392 F.ORTW,ORTH �s a INDEX OF DRAWINGS Sheet No. Sheet Description 1 2 !G 6 7 8 9 10 11 12 M 14 15 16 17 18 19 20 21 22 23 24 FINAL PLAT PROJECT LAYOUT -cl."i ZiV b G'E;44E L NOTES SUMMER CREEK OR. PAVING PLAN & PROFILE STA 1+00 TO ST, SUMMED CREEK DR. PAVING PLAN & PROFILE STA 6+26 TO MffD STEWART FELTZ RD. PAVING PLAN & PROF/LE STA. 1+00V(FSTA. 4+5C '& WARr FELTZ RD. PAVING PLAN & PROFILE STA. 60 TO STA. 9+Ott ST r FELTZ RD. PAVIPIG PLAN &PROFILE ST 9+00 TO STA 13+d' I c V �, t I L RL, ;'A N ;"—!A N &PROF/L rJ+50 l'O END PAVING DEM16 0 OF 2) PAVING DETAIL r(�F 2) SIDEW,I)'" r;IMPDF .4/ IS PAVE,!4 7'NT MARKING PLA' DRAINAGF AREA MAP HYDRAULIC CALCULATION 0 HYDRAULIC CALCULAT S (2 OF 2) NOT USED SO LINEIWPLA PROFILE STA BEGIN TO 3+50 SD LINE&PROFILE STA 3+50 TO STAQ,O SO L/NE& PROFILE STA 7+00 TO STA i1+00�SO Ll & PROFILE STA 11+00 TO STA 16+60 SD &I E A' PLAN &PROFILE STA 15+50 TO END '0' LINE' I.ATERAL6' Al THRU A8 SD CULVERT / LATERAL A & SO LINE `B' TXDOT STORM DR,4I,V DETAILS 28 WATER LINE A' PLAN BEGIN TO STA 6+00 29 WATER LINE A' PLAN STA 6+00 TO END 30 WATER LINE 6' PLAN 31 WATER LWE DETA11.8 A. DO IGLAS RADEMAKER, Pt JA TE DIRECTOR, ;;EPARTMENr OF ENGINEERING REVIEWED: -17- �( PROJECT MANAGER / \ —1 7392 ftepwope OV .. � Y I UTILITY NOTE C ME UTIDTIES SHOWN ON THE PLANS WERE C04PILEO FR04 VARIOUS SOURCES AND ARE INTENDED TO SHOW \LISEYGARY 0 ETUX VICKI C 6mi NICOLE D REED, ROBERT C X TRACI M I HALEY. RICHARD D ETUX VALERIE FRY, DEAN M ETUX dUUE A THE GENERAL EXISTENCE AND LOCATION OF UTILITIES IN W RANCHO DIEGO LN 10224 RANCHO DIEGO LN 10228 W RAN DIEGO LN +0232 W RANCHO DIEGO LN ! 10236 W RANCHO DIEGO LN THEAREAOF CONSTRUCTION, THE ENGINEER ASSUMES WLEY TX 76036 C WLEY TX 76036 CROWLEY T 76036 CROWLEY TX 76036 CROWLEY TX 76036 NO RESPONSIBILITY FORME ACCURACY OF THE UTIUTY OCK 4, LOT 17 LOCK 4, LOT 16 BLOCK 4T,g.0T IS BLOCK 4, LOT 14 I j. BLOCK 4, LOT 13 INFORMATION SHOWN ON THE PUNS. THE CONTRACTOR SHALL VERIFY TR EXACT LOCATION OF ALL UTILITIES I _ --- _ _ _ PRIOR TO CONSTRUCTION. THE CON RACTOR SHALL I — — — — — — — — — — — — — —I — ANY TTUnUTY CO CONSTRUCTION TON. TH PINOROA TO DETERMINE HALL 834,00 IF THERE IS MY CONFLICT WITH ME PROPOSED FACILITIES THE C014TRACTOR SHALL NOTIFY T14E I --_ �I-_-_- ENGINEER IMMEDIATELY %HEN CONFLICTS MTN EMSTING 933.°°._--- ZB--•fl:€--(-PEL�PLA T� -� UTILITIES ARE DISCONREO. THE FOLLOWING PHONE ` NUMBERS ARE PRO'AG•-.0 FOR CONVENIENCE. ---_—_ CONSIDERATION OF OTHER UTILITIES MAY BE REWIRED. it - 36.00���- ----a3Loo 50' DRAINAGE EASEMENT �----�—�!_ �\ ~� -- -_ �2�iE.P.ff�C Tj---834_..�.. sa..®a.®�.®. ...e®.s®..0.m..:moonn...ov.®.�my sue. s � ® s� �� s� rs �� .�.. ..ems .a.r .m ..� .�. �a .� ® -� sm r. ENERFORTGY WORTH -.FER4ATEOEPM`MF• _ ENERGY IAA •sER C� 131.00 ADLOS GAS \`Sao 833.00 935.001 Txu ENERGY --a36di— --- ----- ---- —------/ 83s.oc 937.00 l 3s.a 038.00 a ��,� — — ®.. — � ® e_ NQO' — �. >�837.00 X �POST iik�u Rc F LNCE X X ��840.00 X / IY,T a 0_ _ GOB \_ X X iC� �� sue` X "�%X L. �.. iCST L �A } — SU!A9Wi1fEf� 6A��C3 DRIVE- - —_ — --- , ) .. Lp (PRA4 CAYCRELF-PAY£9£NV0-__ _ ` l WATER LINE „A'l o —� ACT - V - 46' BENDUNE S A �1 sra 1' ro9x lYA R LINE- \ SEE SrORM GRAIN LIErVt — N _ INSTALL• Z [ , . 7too PRGPOIS£D VN£ A' 8foo - s+� �I ®I 1-12' LUG VALVE I 11 ,00 Um 1 �� 1 - - - - - - -�0 7 ('f 9-i3'A1EH LNE A"- F STA. 6+G6.30 WAIEB VNf A• STALL: Q INSTALL I-12' CAIE VALV£ d a 1-12' GALE VALVE 1-12'x6' lf£ I Lu! 1-11156' NE 1-6' GATE VALVE I A. Ly 1-6' GAIE VALVE HE%V CIROWL Y MIDDLE 9 OL LG HYDRANT ASSEMBLY r8I7 871-8118 tll7 215-1. f17 2i6-8214 S17 216-8888 817 378-8202 to LF of 6' Lvo NUMBER 99 I-r7R£ HYDRANT ASSEMBLY oo STA 1Of18.24 WA MR LINE W - Q \ � -------_.-- jpVO. STA. I+OJ00 WRIER LINE B' - - - - lNSTACL• 00 1-12 x8' /ff Aga'. 1-12'TA)f VALVE '9 F RAPHIC Ran i Q r-PR W —10 -Co, 830 — uj -i uj x 6+00 ET — ---- — 7+00 FORTWORTH SCALE HORIZ 1 20VERT 1 "=4' I WATER LINEW PA VN170 V" -- _ 10 C B!N r --- I— — — I 77 TP - atom .r OiAy E A A�VFIHCAL Ir6w- - - -av - NE>--- 1r- M..YIM7M ?ECJMM 7wy0+ 0 N DL'Lrl7f EN - - NG Vt7RC ES - -- ---- - _ 8+00 9+00 TEAGUENGINEERS ► SURVEYOR8 s CO PERKINS NSULTANTS %W-F EALL AND1100 Macon Street 10+00 OF,T�VN 87933 "u, 'Almol 'aP i -�I+ T-11T" - r r k � 140 •-i •-i I — 4 fit- 6 RC7-I t 8}9"- 1' . [ II 830 w x TNP PROJECT vaor CITY OF FORT WORTH VLK05162 PAVING, DRAINAGE, AND WATER IMPROVEMENTS SHEET SUMMER CREEK DR. AND STEWART FELTZ RD. ulATrnl1A1r FAF n1 AAI /nnnrur 2W1 THE CITY, OF FORT WORTH, TEXAS WATER DEPARTMENT Plans for. SH 121T SOUTHWEST PARKWAY WATER &SANITARY SEWER MAIN RELOCATIONS P0(7 PART 15: FROM DIRKS ROAD TO FM 1187 ((PJ CITY PROJECT NO. 00899 00 3q� wAran pon icf%"r Kin, .SEWER PROJECT 'NO., P275-703170089983 TPW/DOE, NO. 5841 2 1% APPROVED I BETSY PRICE Mayor TOM HIGGINS Interim City Manager, DOUGLAS W.- WIERSIG,..P E. Director, Transportatlo*n & Public Works S. FRANK CRUMB, - P.E. Director, Water Department GMKimley-Horn and Associates, Inc. 801 Cherry St., Suits 950 Ft. Worth, TX 76102 P: 817-335-6511 Texas Registered Engineering F[an F-928 F. 817-335-5070 PR=ar LOOCAT�M N e N, PROJECT] LOCATION MXECT j PROJECT 1 PU% A qrs^L I tw%A?L-.U1 12 1 12 0 ANDREW T. CRONBERG, P.E. ��fty ��a'd�Li %%i�� z ASSISTANT DIRECTOR, WATER DEPARTMENT Date (L JIM WALKER, AICP PTRAN�UPIRTATION 1-711 ASSISTANT IRECTO AND PUBLIC WORKS DEPARTMENT Date',: . IL 9A REVIEWED Date RECOMMENDED Date LR LOCATION MAP OF jo_ OF -.* . ................... -`wL f, 6a� ** 9 ................. . FORTWORTH ;04'*"*****` 2011SET NO. . �2 I I I U� NOTE: NOTES ' b w = = w � a � I CONTRACTOR SHALL NOTIFY ° 0 0 0 00 U o a I THE RESIDENCES ALONG RANCHO VERDE 1. THE CONTRACTOR SHALL BE RESPONSIBLE FOR L( t I WU� PARKWAY AND POSADA DRIVE 24 HOURS UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO I MAP # 2024-336 ' I I I I PRIOR TO SERVICE INTERRUPTION PER THE INFORMATION AND DATA SHOWN WITH RESPECT I PINTHL'R HISICHTS jM I SPEC 01 35 13. UNDERGROUND FACILITIES AT OR CONTIGUGUS TO TF PC"NEF ti SLIDE 5065 I APPROXIMATE AND BASED ON INFORMATION FURNIS 1 rww i = vie I OWNERS OF SUCH UNDERGROUND FACILITIES OR ON APPURTENANCES OBSERVED IN THE FIELD. THE OWt Y y �� i STA. 6+50.00 I ENGINEER SHALL NOT BE RESPONSIBLE FOR THE AC INSTALL: 0 II� COMPLETENESS OF ANY SUCH INFORMATION OR DAE w� t (1) 12' 45' HORIZONTAL BEND �wvv..-v-vv� I I CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FO o Q ti STA. 1+20, 43' LT CAUTIONH A = 46.10' LT. -STA. 6+91.92 AND CHECKING ALL SUCH INFORMATION AND DATA, 0_ REMOVE PLUG AND CONNECT TO OVERHEAD INSTALL: I INSTALL. I ALL UNDERGROUND FACILITIES, FOR COORDINATION LJ EXISTING B" WATER UNE WITH 8' SOUD BURIED WATER MARKER (1) 12' 45' HORIZONTAL BEND I STA 9+10.77 WITH THE OWNERS OF SUCH UNDERGROUND FACILITY hb r 0 y SLEEVE ELECTRIC LINE I RE: 33 05 26 a 45.95' RT. INSTALL: CONSTRUCTION, AND FOR THE SAFETY AND PROTEC' l CONTRACTOR TO FIELD VERIFY N 6901665.93, E 2305400.93 INSTALL AND REPAIRING ANY DAMAGE THERETO RESULTING F I. W LOCATION AND DEPTH PRIOR TO I BURIED WATER MARKER (1) 12" CLEANING PIG ) THE COST OF ALL WILL HAVE BEEN CONSIDERED AS w w w w (1 12"xe" MJ x ANCHOR TEE INCLUDED IN THE CONTRACT PRICE. THE CONTRACT CONSTRUCTION i RE: 01 05 26 (2) 12' MJ GATE VALVE NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGEN N 8902195.80,E 2305426.91 STA. 6+45.00 -1 N 6901837.22 / AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. m O 1 I E 2305431.48 WITH BOX RE: WTR-002 25A = END 12" WATER UNE BY BURIED WATER MARKER Q OTHER THAN OPEN CUT WITH RE: 33 05 28 2. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE STA. 1+CO , 24' STEEL CASING AND N 6901418.40, E 2305434.44 OUTLINED ON SHEETS 2 AND 3. BEGIN WATER LINE 8 Z I I EXISTING SUMMER INSTALL > STAINLESS STEEL CASING CREEK DR RIGHT OF WAY (1) 12' PLUG m SPACERS RE: 1/29A DEDICATION WARNING BURIED WATER MARKER - WATER LINE B: INSTALL: i THE LOCATION AND DIMENSIONS OF EXISTING UTILITII SURFACE AND BURIED WATER --' _�-- -- ----- ------ �- (� __— THE PLANS ARE APPROXIMATE AND WERE OBTAINED RE: 33 05 26 PROPOSED 12° WATER LINE MARKERS RE: 33 05 26 �- 6 N 6902215.66, E 2305383.82 ' , • $ D&' COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE > N 6901670.93, E 2305400.77 I -•- 0� TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXI _s __ __ __ __ __ __ L•—z---�- -�.L__ __ __ 0 p 0 0 CPB® G STA.9+48 PRIOR TO CONSTRUCTION. END LINE U ® ~ INSTALL• WARNING! UNDERGROUND UTILITIES IN THE AREA OF CP�!7 . PROPOSED 10' QO 8+00 7+ \(1) 12' PLUG CONTACT THE FOLLOWING OFFICES AT LEAST 48 H01 9+O(I DRIED WATER MARKER EXCAVATION. WATER EASEMENT �a I kI II r E: 33 05 26 2+I00 �75• 3+00 4+00 -t00__ ,•, z _-_ _ _ 00___—Y—x—x—k— x—M—Y—=- -J/ 169053W8, 2305434.94 NEZ ELECTRIC DELIVERY 19' GGARYSTILORY AT&T I I - 41 rS �7 $ x ------ ---- -- - -- -- ---------------------- EXISTING i ROBERT MAR ONCOR �•,_,_ Qj BARBED WIRE �• �J Smarr JOHN CRANE ATMOS GAS 1 +00 -� - � `1 FENCE TO BE I Peat : f4 �, � i ,JI `b GREG PIAT CHARTER COMMUNICATIONS ST . 4+T.00 REPLACED LIAM CONLON CITY OF FORT WORTH STA, 1+20 BEGIN 12' WATER UNE'. BY OTHER I I I 8' PVC, WL(DOE EXISTING 60' SUMMER , CREEK DR RIGHT OF WAY INSTALL- THAN OPEN CUT WITH 24" STEEL"v -��.• •� 4`35�,\� _ e V V—g CITY OF FORT WORTH WATER DEPARTMENT DEDICATION (1) 12" CLEANING WYE CASING AND ' STAINLESS STEEL 0 p 0 0 �* �, �Y M7 w NOTE: -ISOLATION VALVES - (2) 8" GATE VALVES AT THE INTERSECTION OF RANCHO VERDE PARKWAY AND WEST RANCHO DIEGO LANE. - 8" GATE VALVE AT THE INTERSECTION OF POSADA DR. AND CAVANA DRIVE. - (2) 8" GATE VALVES AT THE INTERSECTION OF FOGATA LANE AND FUTURE SUMMER CREEK ROAD. 870 865 860 _ E ' 855 — 845 RE: WTR-022/29A CASING SPACERS RE: 1/29A (1) 12'X8" MJxANCHOR TEE INSTALL I I I I e I\ BENCHMARKS SURFACE AND BURIED WATER r ��CONTRACTOR SHALL --- -- (1) 12' MJ GATE VALVE WITH BOX RE: -- I ASSUME EXISTING GATE MARKERS RE: 33 05 26 - —' STA. 9+10.77, 57.25' RT. WTR-002/25A N 2305395.79, E 2305395.79 I _ _ _ _ INSTALL: I �,W I ;VALVE IS UNRESTRAINED 4. TBM "RR" SPIKE SET IN WEST FACE IF POWERPOI (1) 8' MJ GATE VALVE Q w 0 0 p (1) 8'x8' MJxMJ TEE i OF THE NORTH EDGE OF ASPHALT OF FOGATA Lel 8 Fr. WORTH C. & caowL20 1148113 'LTD, WITH BOX RE: W1R-002/25A CONNECT TO EXISTING 8" WATER LINE WITH 8' D' EAST EDGE IF ASPHALT STEWARTASPHALT FELTZ GA C.C.F. N. D207114813 Ib N 8902195.88,E 2305384.44 FUTURE 55' SUMMER III!! D.a.T.c.T. i I I > I I I SOLID SLEEVE I' � I ELEVATION = 858.64 CREEK RIGHT OF WAY i FUTURE SUMMER CREEK CONTRACTOR TO FIELD VERIFY DEDICATION I w w o i ROW DEDICATION LOCATION AND DEPTH PRIOR TO CONSTRUCTION 5. TBM "El' CUT ON A LIGHTPOLE PEDESTAL t 3' 0 0 ' o o N 6901417.67, E 2305377.19 P EDGE ASPHALT PASADO DR t 80' WEST OF THE EA ' Ia I yl IASPHALT ON EAST END OF CUL-DE-SAC POSADO C ELEVATION = 859.46 1 6. TBM "RR" SPIKE SET IN A 30" HACKBERRY TREE T T w I .. I OF A NORTH -SOUTH AND EAST -WEST FENCE INTER' SOUTH OF AN EAST -WEST BARBED WIRE FENCE �8. 11���1.y "1v ELEVATION = 865.10 iH SEDIVG RE i� 9,2 j3 I I H 7t�MlLC E[IN( R_I:: i2 9213 - `� s 870 Z 2 In {ova n GIs • i` Cj I+I 1 I} a a W Yl H 865 PROFILE SCALE: , Q i�. II 1" _ 40' H (9i �'T11G ---- ---- �rrt �•r ... Ci -r' ,=-ASIING-1 �'I 0. 40 80 120 �....., N 840 Y Op _ N• ) 0; I I � —�Ln_ OD w-- 1 — - �� -- - -- ---- n On t g v! 11 a t r II ----1 —--- --- I n�n yr nZr 21 �r iz'n fnZ�� ~Z. 860 �7III111 SCALE: 1" _ 40 - - REV. COMMENTS - - 1 ADDENDUM NO. 4 % - 5 855 1 Z2\ I CITY OF FORT WOR 850 -T- WATER DEPARTA -- -- - SH 121T SOUTHWEST PARKWAY WATER & : ------- ---- SEWHt MAN R9.00.ATKNJS - - PART 1.5: FROM DRKS ROAD TO FM — — -- 845 n _ WATER LINE B - ---o PROPOSED 12" WATER LIN FROM BEGINNING TO ENC KInn ey-Horn CAI �n m 1 and Associates, Inc. V r`11 801 GSL,haffy050 FL WoM Tx 7p2 P. 81 Texas RoOatered EngineeringFirm F-828 F: SI I - V N�Br1 II — ~Z -�h I DATE SCALE I PROJECT NO. DESIGN: CTD CITY PROD.,# 008 F,.. .,..I THE CITY OF FORT WORTH, TEXAS X-24796 PLANS FOR THE CONSTRUCTION OF FORT WORTH WATER, SEWER, PAVING, DRAINAGE *Ir &STREET LIGHT IMPROVEMENTS TO SERVE McPHERSONON PHASE I Of of O Z I UNIT II: PAVING AND DRAINAGE IMPROVEMENTS > > I 7.0 GRADING PLAN - GRADING 1 w W I 7.1 GRADING PLAN -GRADINGI SHEET INDEX z =N LAN-G GINP ISHEET NO. DESCRIPTION GRADING PLAN-GRADIN((G''e4� UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS 7.5 GRADING PLAN -SWALE SUCTIONS 7.6 GRADING PLAN - PH 283 RUNOFF EXHIBIT I 1.0 COVER SHEET 1 8.0 EROSION CONTROL PLAN -ISM CONSTRUCTION PLAN I 2.0 FINAL PLAT I 8_t EROSION CONTROL PLAN- iSWM CONSTRUCTION PLAN 2.1 FINAL PLAT -DESCRIPTION I 9.0 DRAINAGE AREA MAP &CALC r 1 3.0 FORT WORTH GENERAL CONSTRUCTION NOTES 1 I 9.1 DRAINAGE AREA MAP & CALC K; 1 3.1 FORT WORTH GENERAL CONSTRUCTION NOTES 2 I 9.2 STORM CALCULATIONS -STORM CALCULATIONS 1 is I 4.0 WATER LAYOUT I 13 STORM CALCULATIONS- INLET CALCULATIONS "�"n Sfir1 P' I 41 12 RI WATER PLAN&PROFILE WL-H I 9.4 iSWIA ZONE OF INFLUENCE IMP PRE •DEVELOPMENT 1 4.2 12 RI WATER PLAN B PROFILE IVL-H I 9.5 iSYfA1 ZONE OF INFLUENCE IMP POST -OEVELOPIAENT 3 co,ma;rrnM1 rr. •+ I 4.3 10F2 1 10.0 STORM DRAIN P&P LINE-SUA a 1 4.4 �J(IIf}; fJ(�%ffi JGS 2 OF I 10.1 STORM DRAIN P&P LINE-SD'A BETSY PRICE a I 5.0 55E`�k L1Yj7U 110.2 STORM DRAIN P&P LINE -SDB 5.1 SANITARY PLAN&PROFILE-SSAf1) I 10.3 STORM DRAIN P&P LINE -SD-C MAYOR .� a 5.2 SANITARY PLAN& PROFILE • SSA)2) 1 10.4 STORM DRAIN PBP LINE•SD-D ,. 5.3 SANITARY PLAN&PROFILE-SS 1 10.5 STORM DRAIN PBP LINE-SD-E ,, 5.4 SANITARY PLAN &PROFILE-SSB & C 1 10.6 STORM DRAIN PAR SUNFLOWER RIDGE LATERAI C a 15 SANITARY PLAN & PROFILE- SSC & D I 10.7 STORM DRAIN P&P- STORM LATERALS I 1 5.6 I SANITARYPLAN&PROFILE•SS-E I 10.8 STORM DRAIN P&P -STORAILATERALS I I DAVID COOKS n+ v "" 1 6.0 I WATERDETAILS I OF 3 1 10.9 STORM DRAIN P&P• STORM LATERALS I u.•„a I 6.1 I WATER DETAILS 20F3 110.10 STORM DRAIN PBP LINE-SD-P I CITY MANAGER ', SITE °•"0i ' `` 6.2 I WATER DETAILS 30F3 110.11 DETENTION POND OUTLET DETAILS I I ' --•".,re'+°�� 8 6.3 I SEWER DETAILStOF4 112.0 PAVING PLAN- SUMMER CREEK DRNE�2� I I 1 6.4 I SEYlER DESEWERDETAILS20F4 I 12.1 PAVING PLAN SUAIMERCREEK DRN1 6.6 1 SEWER DETAILS 4 OF 4 I 12.3PAVINGPLANPAVING -SUh1�A �fj�FJj�RIi�3�&BANMBOY LANE DOUGLAS W. WIERSIG, P.E. p 112.4 PAVING PAN-M PHERSON VIL AGE DRIVE , DIRECTOR TRANSPORTATION AND 1 125 I PAVING PLAN 2:6 PAVING PLAN -MOA ANAHAN LANE r Q I 12.7 1 PAVING PLAN -TUAULW ORE LANE I PUBLIC WORKS DEPARTMENT ° ,2.8 1 PAVING PLAN-PORTADOWN LANE , u wv..r �, Gowley + PAVING 11'2.10 1 PAVING PLAN • SHANDON LANE & RANCHO VERDE I , CHRISTOPHER P. HARDER PE _ ' 12.11 1 PAVING PLAN SUNFLOWER RIDGE I , , � X � 12.12 I PAVING PLAN • CUL-DE-SAC 8 KNUCKLES INTERIM DIRECTOR WATER DEPARTMENT rA^ r. 13.0 I STREET LIGHT LAYOUT � n�n+ 14.0 I STREET LIGHT DETAILS10F3 1 I 14.1 I STREET LIGHTOETAI_S20F3 142 I STREET LIGHT DETAILS 3 OF3 I , 1 14,3 I STREET SIGN LAYOUT& DETAILS I , PAVING DETAILS I LOCATION MAP 1 ;5; I PAVING DETAILS N.T.S. 15.2 I PAVING DETAILS3 1 , 15.3 I PAVING DETAILS 1 16.0 1 STORM DETAILS 1 1 , 1 16.1 1 STORM DETAILS MAPSCO NO. 116 C & D �OF 7P+ 1 16.2 I STORM DETAILS3 I , a°y�. • • •';Pd I 16.4 I STORM DETAILS 5 ' 1 I I I ..//..y{ 17.1 CONSTRUCTION PHASING - PH 1&2 I I COUNCIL DISTRICT 1'F6 CHARLES F. STARK � 17.1 CON$TRUCT19N PHASING- PH 3&4 1 j yl, 57357 i�,� 17.2 TRAFFIC DE AILS -TRAFFIC DETAILS �'•</OEHSEO;•�0`` 113 TRAFFIC DETAILS-TxDOTMBGF-11 I 1 /ONAL,.L 1. S-35; P, � . l�1/� 0, Si3/ zovg AMMfiZEDFB� M,AIFS f. SNM DOUGtAS W. WI SIG, P.E. DATE: CITY PROJECT NO. 101259 OWNED/DEVELOPED BY: PREPARED BY: DIRECTOR, TRANSPORTATION AND PUBLIC WORKS BURLESON FIELDS, LLC BARRON, STARK & SWIFT CONSULTING ENGINEERS, LP WATER PROJECT NO. 56008-0600430-101259-001580 121 NW NEWTON STREET TEXAS REGISTERED ENGINEERING FIRM F-10998 Cr�-.V L� BURLESON, TX 76028 6221 SOUTHWEST BOULEVARD, SUITE 100, FORT WORTH, TX 76132 RECOMME ED DATE: SEWER PROJECT NO. 56008-0700430-101259-001380 TEL:817-295-7368 TEL:817-231-8100 FAX:231-8144 PROGRAM MANAGER FILE NO. W-2532 -n.)LI ' -5-L-ZIL8 April 2018 REVIEWED: DATE: PROJECT MANAGER X-24796 1 w BARRON ENERGY No. 1000-5277 / WL-0 SIA: /+16./s EXIST. WATER VALVE) / EXISTING 8" WATER LINE ( WL-A STA 1+54.92 STA: 6t93.57 WL-C' INSTALL: 1-8'X8" CUT -IN TEE I &FlRE HYDRANT 1 _ _ WATER PROJECT #: P164-060164015381 / INSTALL 1-22.5' BEND I_ I { _ _ WATER/STORM CROSSING �� & VALVE -o .�_ - - - �7 �7 SEWER PROJECT #: P174-07017401337$ N`INSTALL 1-45' BEND o���w€R-fit©� A-X-17392, W-1721 d� SEE CROSSING D 8� WATER P3 845.5 A STA 5+91 1 WL-A TA 10+49.44 1 WL-A STA: 1+03.32 . PERMANENT CONC. PVMT. REPAIR INSERT POLY PIG No.3 WL-A STn: u+6n.bn FOR WATER CROSING EX. 24" RCP ( ) \ L T 26 1 - 8'x6' ANCHOR TEE GRAPHICSCALE 1"=100' / INSTA.LL: 1-45' BEND _ /[INSTALL 8 GATE VALVE [ \'• g STA 6+44,84 WL-A= B OCK A ' 1 - 6" VALVE IWL-A STA: 0+34.44 1' 24" RCP: 848.1f 5 4 3 2 1 t o STA 5+40.00 WL-C \ HO LOT INSTALL 1-45' BEND 1 \ o ' 20 �19 18 17 100 0 100 200 WL-A STA: 0+00.00 0.00 1' (CONTRACTOR TO FIELD VERIFY) \ ja INSTALL: 21 - 16 I -FIRE HYDRANT ASS[ Y :c WATER STUDY # WSS-2016-216 I t - 8'x6" ANCHOR TEE - - - 1 - 8"X81• CROSS -- WL-A STa 10+57.44 1 1 - 6" VALVE 12 •0-_ -- -� 0.- _._�--r-�'O- ��- -i �1� INSTALL: 8• GATE VALVE) WL-A STA. 1-8" GATE VALVE I MC L�NAH 4 a rrtn �� ' WL-D STA 5+40.004 1 -FlRE HYDRANT ASSEMBLY i - - o - ------ __ - + INSTALL: INSTALL CLEANING WYE 1 \ i � __ ______ � I, , i - -_ _----- - In .` 1-90' BEND REMOVE POLY PIG No. 1 WL-A STA 6+' ./i 1-8 X8' TEE II7J 1 'ill&[FlRE[2- WATER HYDRANT VALVEI - - ---- J I I 7(IST. WATER VALVE __ I I II REMOVE EXIST. PLUG & CONNECT TO EXIST. 12• WATER MAIN i I INSERT POLY PIG 17 WATER PROJECT 1: P164-060164015381 _J ( I X-17392 SITE BENCH MARK N0. 1 I 13 �� _ Z •X' CUT AT THE NORTHEAST CORNER F A 10' WL-B STA: 4+15.09 13.5y LI BLOCK 6 Q / INSTAL 8' GATE VALVE \ 1-BLIND RANGE (FIST) I 1 / J WL-t Si, �2d.69 5 6 7 8 1?' rn -INSERT P9LY PIG No. 1 RECESSED INLET, IN THE NORTH SIDE F 1 - 8'x6' ANCHOR TEE 14 `' 15 1s 17 22 1 \ o j) WL-i1 SIA: 5+99.)34 13.56 LT INSTALL 8• GATE VALVE) o I SUNFLOWER RIDGE, AT THE NORTHWES 1 - 6' VALVE W o CORNER OF THE IN OF SUN LOWER 1-8' GATE VALVE 1 - 8"x6" ANCHOR TEE 11' 1 - 6' VALVE O RIDGE AND SUMMER CREEK ROAD. 1 - FIRE HYDRANT ASSEMBLY I - FIRE HYDRANT ASSEMBLY xi BLOC C ' WL-8- SSA: 13+65.26 13.59 LI 1 NAD 83, TX -CENTRAL, ZONE 4202 I WN-L STA 5* BEN9 I a 33\ 3z 31 30 29 211 z7 26 z� 2a 18 17 is i5 14 13 12 11 / 10 1 - 8"x6" ANCHOR TEE l N: 6902994.36 INSTALL: 1-45' BEND I J o" - 1 - 6" VALVE J BLOCK4A E: 2ATION:.84 WL-B STA: 3+69.261 - +I -- -- �- 1 - FIRE HYDRANT ASSEMBLY HOA I: ELEVATION: 840.09 I \ INSTALL: 1-22.5' BEND) ' � -� - 5----6-+�0 -- 7# ----1-T �2#� SITE BENCH MARK N0. 2 \� WL-0 STA 2+93.84 6`Y_ Y �r Mc 4 A_ L 44E� 6 s e INSTALL`l 1 45' BEND) ''S �-�S V - --- -- - --- - o----°--, ---- --SS 'X' CUT SET AT THE SOUTHWEST CORNER OF I WL-B STA: 2+59.401 A 20' RECESSED INLET, ON THE WEST SIDE O INST Ll r 1-45 BEND o STA 9+10.22 L-8= 7 Q I I I q` 7 \ + \ + WL-ti SIA 13+72.67 a SUMMER CREEK ROAD, APPROXIMATELY 598 -H STA 2+24.96 k ' STA 2+70.00 WL-C INSTALL: 8' GATE VALVE I NORTH OF THE INTERSECTION APPROXIMATELY SUMMER INSTALL• I-56.6 BEND ) V 2 3 5 6 7 8 9 10 I 1 �g INSTALL 7 8 9 CREEK ROAD AND SUNFLOWER RIDGE. NAD 83, TX -CENTRAL, ZONE 4202 WL-\B STA 1+A44 CK E N: 6903579.50 / INSTALL: 1-90' BEND \ WL-E JIA: 13+24.43 i' 9 E: 2304993.39 WL-C STA 1+21. -I � 10 � ; 1 / i/INSTALL: 8" GATE VALVE 72 11 ELEVATION: 835.67 WL-B STA 1+08.17 / � � INSTALL: 8' GATE VALVE 8;' -17i I I I I [INSTALL: 8' GATE VALVE W \ - \ WL-C STA 1+09.99 / 8 - I WL-B STA 0NSTAL4 �\� 3 14 PVC WATER PIPE UP THRU 12" � INSTALL: - - - W���L-B STA: 8+65.28 13.59 LT INSTAll: 1-8• END 5' BEYOND 1 1 - 6"x6" ANCHOR TEE PHASE LINE AND PLUG /T- ' \ SHALL BE AWWA C-900 DR 14 / 1 - 8• END 5' BEYOND Il INSTALL CLEANING WYE )_ CLASS 200. ALL FITTINGS TO \ PHASE LINE AND PLUG I - 6" VALVE REMOVE PLDY PIG No. 3 WL-E STA 12+86.48 / BE MECHANICAL UNLESS INSTALL CLEANING WYE \ 1 FIRE HYDRANT ASSEMBLY INSTAL OTHERWISE REQUIRED. / REMOVF POLY PIG No. 2 t-8' END 5' BEYOND + \ WL-B TA: 8+72.67 NOTE: INSTALL: 8' GATE VALVE PHASE UNE AND PLUG BOCK F 21 I I 1 � 6 a THIS WATER DISTRIBUTION SYSTEM MUST BE CONSTRUCTED IN ACCORDANCE \ \ INSTALL CLEANING WYE WITH THE CURRENT TEXAS COMMISION ON ENVIRONMENTAL QUALITY (TCEQ) \ REMOVE POLY PIG No. 5 24 23 22 RULES AND REGULATIONS FOR PUBLIC WATER SYSTEMS 30 TEXAS 'INURE STA: 13+48.53 WL-E 2 I s mil ADMINISTRATIVE CODE (TAC) CHAPTER 290 SUBCHAPTER D. WHEN CONFLICTS / WATER/ STORM CROSSING ARE NOTED WITH LOCAL STANDARDS, THE MORE STRINGENT STANDARD SHALL MCPHERSOl�4(ILLAGE SEE CROSSING DETAIL SHEET 4.3 (TYP) f off BE APPLIED. CONSTRUCTION FOR PUBLIC WATER SYSTEMS MUST ALWAYS, AT A PH < 2 &\� FOR WATER CROSING EX. 10'x4' BOX CULVERT STA: 14+57.9I WALL It I a \I'' MINIMUM, MEET TCEQ'S "RULES AND REGULATIONS FOR PUBLIC WATER _ _ _ _ B" WATER T/P: 833.33 j INSTALL: 1 SYSTEMS." IO'x4' BOX CULVERT FL: 838.94 1-11.25• BEND I 3 GENERAL NOTES _ GENERAL UTILITY NOTES / SIA: 14+44.96 WL-F 18 l I : INSANE: 1 1. The Contradashallhrcsponsblefor locating all ulilitin,whether public or private, prior to excavation I. For utility work within utility easements, once pipe or appurtenances hate been installed or rehabilitated, TO CONTRACTOR1-11 led, ' .25' BEND 17 1 ' SHAIVUUN r 1 The Information and data shown with respect existing underground facilities at orco i to the site immediate) commence to surface restoration. Complete surfac•restorationt th• wn` o w vrs I n'sPa 8 1PW 8vous y temporary P is a ximate and baud on information famished b the owners otsuch msde and facilities or on satisfaction within wren 7 days of work finishing on -site. Fail maintain a i ppm y rgro O y g unto nsmf cerestoralon,as CALL 1-800-344-8377 (DIG-TESS) OR OTHER UTILITY LOCATING 1 - appurtenances obsen�ed in the field The Cit and En ineer shall not h nsible Cor the tided abort tits result in mion of work until restoration is can lele. 16 va physical PW Y 8 � v � P SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. BARRON, I ( WL-F STA 11+43.591 accuracy or completeness ofany such information or data. The Contractor shall have fullrespauibi!ity 2. Existing vertical deflections and pipe slopes shorn on the drawings are approximate and have not been STARK & SWIFT CONSULTING ENGINEERS, LP. IS NOT RESPONSIBLE I [INSTALL: 8' GATE VALVE 1- ` for reviewing and checking all such information or data, for locating all underground facilities, for field rcrified, unless othemiu noted. Rim elevations, flow lines, and horizontal locations ofexisting FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT coordinationofthework with the owners ofsuch underground facilities during constriction and for the manholesaeredeternmed fmm fieldscray. Iffieldconditions vary fmm thosedimmondnxings LOCATIONS OF UTILITIES ON DRAWING. NOTES: 15 I + 1 1 sa(etyaudprdectiontheowfandrepairm any damage thereto resulting fmm the Work. This Work shall Conuato, shall notify City. 1. ALL CLEANING WYES TO BE REMOVED ���� ni asu 'di W k w ' 3. Nl.mum.11ecistin rat and w I hour considered as Mt ary rtemof or ,the costof filch stall in the price bid in the g er se ercoonecliass to customers in working order at all limes, except for wARrrlrrcl WHEN CONNECTING TO EXISTING WATER ` 2 Propossl for various bid items. The Contractor shall notify any affected owners (utility companies) or brief interruptions in service for water and sewer services to be reinstated. In rut case shall services be 14 UJ 1 +' agencies in writing atleag48hours print toeomwclion. allowed to remain alofsericeovernight CONTRACTOR TO CALL THE FOLLOWING AT LEAST LINES. Z Y l B) g p ty y typ 48 HOURS PRIOR TO BEGINNING EXCAVATION. 2. WATER LINES TO BE EXTENDED 20' I a Notif TEXA58ll I-800-DIG-TESSor xww.ruar8il.o to locale existln utilities or to 4. Establish and maintain atrench safe stem in accordance with the excavation vfe Ian and Federal, � o I 3 consto""', State or local safety requirements. BEYOND GATE VALVES AT END OF 13 + I b. Caution! Buried electric lines m, exist alon this ect. Contact electrical vider 48 hours 5. Provide and followapproved Confined S ce Ent P in accordance with OSHA requirements. SECOND DIGTESS NUMBER 1-800-395-0440 LINES. o T prior to excavation: Y 8 Prof Confined Spaces shall include manholes and all other confined spaces in accordance with SHA's FORT WORTH WATER DEPT. 817-392-8296 3. ALL WATER LINES ARE 8" UNLESS 12 1II,I 4�� "'r 7XUEnergy 7-800-242-9113 PermittequircdforConfinedSpaces. FORT WORTH TRANS. & PW 817-392-7738 OTHERWISE NOTED. V' _ I c. Caution! Buried gas lines may exist along this project. CodactAtmor Encrgv 48 hours prior to 6. Only City prequalified Contractors, by appropriate Water Dcpatmxnt work category, shall hallowed to TXU ENERGY 1-800-242-9113 4. ALL WATER SERVICES SHALL BE 1" 1 I mnteU I. excavation, and within two (2) hours ofenuring a gas line:l-800460-3030 adjust valve boxes, manholes, ring&covers, de. ATMOS 1-800-460-3030 TYPE K COPPER UNLESS OTHERWISE d. Caution! Buried communication cables may existalong this project. Contact communication CHARTER 817-737-4731 NOTED. 11 5 + I O l companies 48 hours prior to exravation: WATER GENERAL NOTES x 1 m co a CAmrer 817-737-4731 I. Provide thrust restraint b means of resbainin oints at fittings and concrete blocking. When specifically �� 10 1 1 6 vo v 81 Bs ti h Y ************* ************* BLOCK F e. Caulionl When doing work within 200 feet of any signalized intersection, the Contractor shall I I . indicated on the Drawings, dusul restraint at beyond the fittings. Each medrod shall CAUTION � \ notify TmfficNismagement Division of City of Fort Worth DPW, 72 hours prior to excavation be capable ofmhmst restraint independent ofthe other system The Contractor shall refer to City Standard ( WL-F STA 6+47.75 1 / I 7 m0 (Rea Brack 817-360-6364). The Contractor shall protect existing signal hardware, ground boxes, Details forarea required to install cammcrele blocking. EXISTING UTILITIES AND UNDERGROUND FACILITIES OF / \ (INSTALL• 8' GATE VALVE 9 1 I aJ I' ddMionl and underground conduit at signalized Intersections. An damages signalized OOPS• �° � v 8 g" 2. All ductile iron mechanicaljointfittings shallhrestrained to pipe using retainer glands. THESE PLANS HAVE BEEN LOCATED FROM REFERENCE \ intersections shall be replaced at the etoxpense ofine Contractor. The Contractor shall comet the 3, posed water mains shall Ware a minimum coverof48-mchs cover above the top ofpipe, unless shown INFORMATION AND AS -BUILT PLANS. IT SHALL BE THE \ I A I 8 ��I Cit at 817-392-8100 signalized iprior to �' intersections 72 hours P otherxiuonthedrawingsordetails. RESPONSIBILITY OF THE CONTRACTOR TO VERIFY \ commencing work al the intersection. 1 vomnse ersec g I 4. All water unites shall above storm ewers exec where shorn omerxiu in the drawings. \ f The Contactor shall notifythe City of Fort Worth Project Mona er48 hours prior to the sort of W 8= HORIZONTAL AND VERTICAL LOCATION OF ALL EXISTING I I !Y 1 B P S. Elevation adjustment atcomedions may hmade with bends, offsets, orjoim deflections. Joint deflections UTILITIES PRIOR TO CONSTRUCTION. THE CONTRACTOR \ 7 1 o I ants personnel ( hall have id.nti6b2-79ti shall not exceed fifty percent(50%) ofrnanufacmrcrs recomincobtions. I \ + I I 2. Contractors persomsel shall have identifying clothing, ha6abadges stall limes which identify the 6. Tern ensure Ise required for sequencing ofemastmdion and testing of red water lines shall SHALL TAKE NECESSARY PRECAUTIONSTO NSIBLEPROTECTALL , Temporary plugs the u9 g 8 Prow \ I Contractors name, logoorcompany. be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid EXISTING UTILITIES AND WILL BE RESPONSIBLE FOR ANY I � j N 11 I 3. protect concrete curb and gutter, driveways, and sidewalks thatarerKKdesignated for removal.Removal items DAMAGE TO SAID UTILITIES. THE CONTRACTOR SHALL 6 1 I and replacement of these itee sball be as designated in the drawings. 7. All fire hydrant assemblies and valwx shall trot be located underneath any ADA tamp. NOTIFY ALL UTILITY COMPANIES PRIOR TO CONSTRUCTION. z 5 1 + L� 1+0 o WL-F STA 2+00.29 1 LEGEND INSTALL: 1-99 BEND 4 I RAN_ C O 6:WL-F STA 1+20.21 I a'I - - - - - - PLACE 4" SIN. SEWER SERVICE PLACE 1' WATER SERVICE INSTALL: 8• GATE VALVE - I ON CENTER LINE OF LOT 1' OFF LOT LINE SYMBOL DESCRIPTION \ 1 ® ! LOT ? �LOT z CL LOT z - COSTING WATER VALVE WL-h STA: 1+05.26 3 1 + I 30 INSTALL: -�-� o 0 0 0 DOSING FIRE HYDRANT \ 1-8' END 5' BEYOND I 4 1 29 _ J J PHASE LINE AND PLUG I 3 I"( o �T 1' 1' 1' 1' DUSTING SAN. SEWER MANHOLE INSTALL CLEANING WYE REMOVE POLY PIG No. 6 1 --=I -- ` ---7.5'-� ---- - _ N rw HYDRANT \� L. 1/"+ \ II 10 UTILITY EASEMENT _ _ _ _ 0 < - - - \ z TYP /1 27 1- MIN. 5' SEPARATION I WATER NAVE - 3�p0 / 7 0 8' SEWER UNE- SS SS Ss - L. ss ss m REDUCER \ 2 m 8 SEWER LINE a WL-F STA 2+t5.U4 r STREET EOP o a -o I �y WATER SEWER SERVICE \ INSTALL: 1-22.5' BEND 26 n� WHERE WATER SERVICES 8' WATERLINE-w w w w v+ -w - K-},TA: 2+49.48 a CONFLICT, OFFSET - - -�" PLATER S' ._ O SANITARY SEWER SERVICE \� oo OPPOSITE SERVICE 1' - -- _ _ _ _ _ _ 10 U11LITY EASEMENT INSTALL: 1-22.5' BEND 2 25 �_ 0 WL-F STA' TA 2+83.93 `p TYPICAL LOT SERVICE LOCATIONS �� SrNIT�r sLwER 1rANNaE INSTALL: 1-22.5' BEND NOTE: FIRE HYDRANT DETAIL NO. 33 12 40-D121 SEEN ON r- SHEET 6.0 I WL-B SO: 14+I0.22= - ---I WL-D STA 2+70.00 I INSTALL: 1-8"X8• TEE 1-8" GATE VALVE 1-CLEANING WYE INSERT POLY PIG No. 2 WL-D STA 0+00.00= p WL-E STA: 13+63.43 INSTALL: 1-8'X8" TEE INSTALL CLEANING WYE REMOVE POLY PIG No. 4 \ WL-L SIA 16+22.09= I I \ WL-F STA 15+11.04 INSTALL \ 1-90' BEND INSERT BOTH PoLY PIG No.4&5 SIA: 1N+83.93 WL-F WATER/STORM CROSSING O� SEE CROSSING DETAIL SHEET 4.3 (TYP) O FOR WATER CROSING EX. 24" RCP 8" WATER T/P: 837.50 `C, _30" RCP FL: 840.10r O�OK WL-r SIA: II+36.Uy 13.66 RT �!- 1 - 8'x6' ANCHOR TEE U I 1 - 6' VALVE - P 11 FIRE HYDRANT ASSEMBLY G - - -I WL-F STA 6+40.25 13.59 RT \ 1 - 8%6' ANCHOR TEE I \ 1 - 6" VALVE \ 1 - FIRE HYDRANT ASSEMBLY WL-F STA 5+85.34= _ WL-G STA 0+00.00 f INSTALL 1-8"X8" TEE INSERT POLY PIG No. 6 WL-G STA: 1+0.45 INSTALL- 125- B I wL-c sT4+27.7 2 I I 1 I I INSTALL: 12' GATE VALVE i WL-G STA 1+30.12 INSTALL: 1-11.25' BEND 1-12"x8' CROSS STA 1+31.68 WL-G N WL-G STA 1+84.12 I I REMOVE EXIST. 8• PLUG I CONNECT TO EXIST. 8• WATER MAIN INSTALL CLEANING WYE REMOVF POI PIG No. 6 TV �- EXIST. ;FIRE RANT FISTING-EXISTING-W TER LINE- WATER PRYJEC� #: PW77-06077I0154900 EXIST. WATER VALVE X-11223/ WL-H STA 26+92.00 INSTALL: 12' GATE VALVE I WL-t SIA 3+915.13 { INSTALL: I-45' BEND J + . (INSTALL: 1-22.9 BEND WL-F STA 3+52.81 INSTALL 1-22.9 BEND C: 29+04.80 1 WL-F STA 3+18.67 (INSTALL: 1-22.9 BEND I I WL-H STA 30+40.44 T. 9+ 6.10 INSTALL: 1-12" END AND PLUG l INSTALL CLEANING WYE _ REMOVE POLY PIG No. 7 - a 0 C5 z 6221 SoulF,ws1 nou4va,O, 6urta 1 W Fort -a O) filr2]t Btea lF) ai)2]1a- .af1a m Re°slaea E,greergF F-I°Xa ivn �Ro9'sYrea S,nv/F�F-1°151800 3 • N b 9 • 00 amU L M W CLIENT No. 282 PROJECT No. 9391 DESIGN: MC .wemst- WIC CHECKED: CIS DATE: 05/21/18 SHEET 4.0 ALL WATER LINES SHALL BE AWWA C-900 DR-14 CLASS 200 UNLESS DETAILED OTHERWISE. STA: 26+57.19 WL-H= I STA: 1+31.68 WL-G INSTALL: 1-8"x12" CROSS PANTHER HEIGHTS 1-12" GATE VALVE CABINET A, SLIDE 5064 & 5065 I 3 I I I -----------SUMMER-CREEK-DRIVE- — Wqu- w Z Cn GRAPHIC SCALE 1•=40' 40 0 40 80 TA: 26+68.68 'wL-H' 4STALL: I -12" GATE VALVE - STA: 30+40.44 'WL-H' INSTALL: - - - A = 3'30'08" - 1-12" PLUG R = 1166.50' STA: 30+20.44 'WL-H' L= 71.30' INSTALL: - - - - CL= 71.29' 1-12" GATE VALVE CH= S03' 50' 41.57"E ' --- -- w -- vLw -- - w w \)� PROPOSED 19" WTR °' _,, zn An L� ,jVtvv -- ar o 3+L,�T_ 4+ — 2 00 -'�1 +bow ; 2s+oa . 27+ P4 c +0 10 7- - ------------- �W---i4—�- N RANCHO VERDE WL-H ..4.......... CAUTI ON ............. EXISTING UTILRES AND UNDERGROUND FACILITIES OF THESE PLANS HAVE BEEN LOCATED FROM REFERENCE INFORMATION AND AS -BUILT PLANS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY HORIZONTAL AND VERTICAL LOCATION OF ALL EXISTING UTILRl S PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL TAKE NECESSARY PRECAUTIONS TO PROTECTALL EXISTING UTILITIES AND NAIL BE RESPONSIBLE FORANY DAMAGE TO SAID UTILITIES. THE CONTRACTOR SHALL NOTIFY ALL UTILITY COMPANIES PRIOR TO CONSTRUCTION. 1. ALL WATER LINES SHALL BE AWWA C-900 DR-14 CLASS 200 UNLESS DETAILED OTHERWISE. 2. THE EXISTENCE AND LOCATION OF UNDERGROUND UTILITIES ON THE DRAWINGS WERE DERIVED FROM AVAILABLE RECORDS AND SHALL BE CONSIDERED AS APPDXIMATE. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR FIELD VERIFYING EXISTING UTILITY LOCATIONS AS WELL AS HORIZONTAL AND VERTICAL PLACEMENT. 4. CONTRACTOR SHALL IMMEDIATELY CONTACT THE ENGINEER OF ANY DISCREPANCIES. 5. ALL WATER LINE ELEVATIONS ARE TO THE TOP OF PIPE UNLESS OTHERWISE NOTED. 6. ALL PROPOSED WATER LINES MUST BE CONSTRUCTED IN ACCORDANCE WITH THE CURRENT TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ) RULES AND REGULATIONS FOR PUBLIC WATER SYSTEMS 30 TEXAS ADMINISTRATIVE CODE (TAC) CHAPTER 290 SUBCHAPTER D. WHEN CONFLICTS ARE NOTED WITH LOCAL STANDARDS THE MORE STRINGENT REQUIREMENT SHALL BE APPLIED. CONSTRUCTION FOR PUBLIC WATER SYSTEMS MUST ALWAYS, AT A MINIMUM, MEET TCEQ'S "RULES AND REGULATIONS FOR PUBLIC WATER SYSTEMS." 17 W GO UJ J O In L, O -� In _ fO J x W tC t+C J (7 J_ + T to J a a I- 0 (a9 + Q ISO. — O NQ N O M ZV' GO raa Tn a T- L�ut Fv~i cn Fv~i ul < N� a= I 1 � N a - - 880 PROPOSED GRADE NATURAL ABOVE GROUND PIPE — — — — — — — — ) — 383 LF 12" ® -0.85 . 850 — — - _- 6 D LF -1.40% --ALL NOTE: PROPOSED-WATER--UN€ TO BE AWWA C-900 DR-14 _ --- - -- - --- -_- -- - -� --- C CLASS 200 - - - - - - - 840 -- - - - -- - -- — I SCALE m s - OI �I ILI _ mil— ILI - ^ - — __ N b VER. II 1 = 4 a III ILI III j HOR. 11' = 40' 830 ZZ+UU ZJ+UU Z4+UU 2S+UU 26+OU 27+00 28+00 29+00 30+00 31+00 32+00 32+80 a (n Z O z N 0 a. 0 C5 21 SouNwast Aou� 0. sut. t00 Fort WorIM1. Ta.as TB1J2 (0) B1T2Jt.0100 (Fl a1T2JIAtA/ 3 H • v ib,O - �� y� bA v T Eq r~ M O° 16U i Mm W T �tE OTTf ,gyp �...........+9 h:• s 4: .. CHARLES F. STARK ................................ 57357 ofSS ONAL EO,: \24r�tNt^ G'kyzd�pje IISE or 1HJ ¢[ suwn�L iFYASm OSIMDIIflES �. s� P£ z xo I --I LTa r'1 a � � 0 W o- a -W3H a 00 a a0 I"I W � L)F N a � U CUENT No. 282 PROJECT No. 9391 DESIGN: LTC .IgMVM• MC CHECKED: CFS t DATE: 05/21/18 SHEET 4.2 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jul}' 1, 2011 SS1 C F1uxv Truns%er Station C'it Project Number 103116-2 FORT WORTH City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: Business Equity Goal: % It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number is %. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, % of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Eauitv Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfv one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Eauity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance �20-370 (a) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer. A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance U0-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance UO-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 City of Fort Worth ATTACHMENT 1A FORT WORTH Business Equity Utilization Form Page 1 of 4 Disadvantaqed Business Enterprise Utilization Form (Applicable if Federally-Fundedl! PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: PROJECT NUMBER: BID DATE: Check all applicable boxes to describe ❑ Not Certified Prime/Offeror/Owner's Classification: City's Business Equity Goal: ❑ (Check if addressing DBE Goal) MBE WBE DBE Certifying Agency: ❑ NCTRCA ❑D/FW MSDC F-]TX DOT Ethnicity: ❑African American ❑Hispanic Caucasian Offeror's Business Equity (or DBE) % Commitment: HUB OVOSB Section 3 WBCS 1-1 Other: 11 Asian ❑ Native American Gender: ❑Male Female1-1 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m, on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG proiects, documents will be submitted to the Citv Proiect Manaqer if publiciv bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer proiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth includinq portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE qoal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 1 n310e/onol) FORT WORTH ATTACHMENT 1A Business Equity Utilization Form Page 2 of 4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of 'subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this boxF-Jif certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equitv firm names as listed on their certification, includinq DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Certification Agency Certified By: ❑D/FW MSDC FINCTRCA ❑TXDOT DWBCS Elother: Certified By: EIDFW MSDC FINCTRCA IITXDOT []WBCS Other: Certified By: IIDFW MSDC FINCTRCA IITXDOT F-]WBCS Other: Gender and Ethnicity: ❑ Male ❑ Female ❑ Non -Binary African American ❑ Hispanic ❑ Asian Caucasian ❑ Native American Male Female11 Non -Binary African American Hispanic Asian ❑ Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary ❑ African American ❑ Asian ❑ Caucasian ❑ Hispanic Native American Effective 01/01/2021 Updated 03/24/2022 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: j$ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Specify Tier Certification Agency Name 1st Tier ATTACHMENT 1A Page 3 of 4 Gender and Ethnicity: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑D/FW MSDC ❑NCTRCA ❑African American ❑ Hispanic ❑TXDOT ❑WBCS ❑Asian Other: 7Caucasian ❑ Native American ❑ Male ❑Female ❑ Non -Binary Certified By: ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic ❑ TXDOT ❑WBCS ❑Asian ❑Other: ❑ Caucasian ❑ Native American Certified By: ❑DFW MSDC ❑ Male ❑Female ❑Non -Binary NCTRCA ❑African American ❑Hispanic ❑ TXDOT ❑WBCS ❑ Asian ❑ Other: ❑ Caucasian ❑ Native American Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic ❑TXDOT ❑WBCS ❑Asian —]Other: ❑ Caucasian ❑ Native I American Effective 01 /01 /2021 Updated 03/24/2022 ATTACHMENT1A Page 4 of 4 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Title Company Name Address City/State/Zip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN—BEOffice@fortworthtexas.gov Effective 01/01/2021 Updated 03/24/2022 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime PROJECT NAME: i�MNVBE NON-MWBE BI 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 1C. 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 a.m.. on the second Citv business day after bid openinq, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES 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. 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 certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(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 M/WBEs 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 participatinq in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 3/13/2022 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH. City of Fort Worth ATTACHMENT I Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Business Equity Goal: Offeror's Business Equity Goal Commitment Check applicable box to describe Prime/Offeror's Certification Business Fquity Non -Business Firm Equity Firm BID DATE PROJECT NUMBER If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 03/15/2022 ATTACHMENT1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, eP rson contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" NO documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes ❑ No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (if yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? (if yes, attach the information that was not valid in order for the Business Equity Division to address Yes the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03/15/2022 ATTACHMENT1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 03/15/2022 FORT WORTH. Joint Venture Page 1 of 3 CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm I Non-M/WBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: i Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete ij'this injor•mation is desef-tbed in joint venture agi-eernent) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel ---------------- --------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance 25165-10-2021 . Rev. 2/13/19 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this 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 Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SSLV How Transfer Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project Number 1031 L6-2 Revised July 1, 2011 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 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SSIV Flog Tran#j r Stcuion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgjea Number 103116-2 Revised Jul), I, 2011 FORT WORTH® Note: All CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST 15 inch diameter shall be aooroved for use by the Water Department on a basis. for some Updated: 03/07/2023 07/23/97 33 OS U Urethane Hydrophilic Walerstop K. Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/U4121D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diem, MH Press -Seal Gasket Corp 250AG Gasket ASTM C-443/C-361 SS MH 11261" 3305 13 HOPE Manhole Adjustment Rings Lta tech, Inc HOPE Adjustment Ring TraRc and Non -traffic area 1113101 110113 Manhole External Wrap Car --CPS WrapidSeal Manhole Encapsulation System 126/99 33 39 I l Fiberglass Manhole Fluid Containment, Inc. Flowlile ASTM 3753 Non -traffic area 1 08/30/06 3119 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area 33 OS 1 11anhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 1001 _ 24"x40" WD • 3305 13 r Manhole Frames and Covers _ Western Iron Works, Bass & Hays Foundry 30024 _ 24" pia. • 3305 13 Manhole Frames and Covera McKinley Iran Woks Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 0824/11 33 11 13 Manhole Frames and Covers Neenah Foundry R. 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 081241:8 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 0824/8 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30"di.. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 3305 13 Manhole Frames and Covers Pant-A-Mo x— GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 330511 Manhole Frames and Covers Saint-Gobain Pipelines(Pamrex/rexus) RE32.R8FS _ 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works Ij V 1432-2 and V 1493 Designs I+ AASHTO M306-04 30" Dia 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products I MH32FTWSS-DC I 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duly with Gasket Ring 30" Dia 30" ERGO XL Assartbly I (0/14113 33 05_13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works I with Cam Lock/MPIC/T-Gasket AASHTO M 105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 1 09/16/19 3305 13 30" Dia. MH Ring and Cover Composite Access Products, L.P, w/o Hing 30" Our. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover +I+ 30" Dia I • 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. • 33 05 13 Manhole Frames and Covers Neenah Casting _ 24" Dia. • 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia • 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 1 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 _ 24" Dia. 1 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 _ 24" Dia. 3339 10 Manhole, Precast Concrete Hydro Conduit Corp SPL ltem 949 _ ASTM C 478 48" I • • 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 0923/96 _ 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" wine �. OS/08/IS 31 l9 10 Manhole. Precast Concrete _ The Turner Company 48", 60" LD- Manhole w/ 32" Cone I+ ASTM C 478 48". 60" 1027/06 33 39 10 Manhole, Precast Concrete Oldmstle Precast Inc. 48" I.D Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete I ASTM C-76 48" to 72" _ 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pine and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/0721 32 39 20 Manhole, Precast Concrete Fort— Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 313920 Manhole, Precast (Reinforced Polymer) Concrete Armoroek 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Pred) Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Nan Traffic Areas ASTM C478; ASTM C-923: 03/0723 33 l9 20 Manhole, Precast Concrete AmeriTox Pipe and Prodofs, LLC 49" & 60" I.D. Manhole w/32" Cone ASTM C443 03/0723 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RoekHardsep 48" & W I.D. Manhole w/32" Cone _ 1 04/28/07 Manhole- Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polverele Pipe -Anwomr- EI-14 Manhole Rehab Systems Quadex — - AM 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP _ EI-W Manhole Rehab Systems AP/M Permaform 4/20/01 EI-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Pokester Repair Product Mix. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 12/14/01 Coating for Corrosion protee(ion(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I 01/31/06 Coatings fm Corrosion Protection Chesterton Arc 791, SIHB, St, S2 Acid Resistance Test Sewer Applications I 8/28/1006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I nippiw.mgrvun-riw.cu upray rprc nu i.uanngu 03/19/18 I 333920 Coating for Corrosion protection(Exterior) Sherwin Williams Grade(Asphatic Emulsion) Structures Only I • 110513 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. ' 1305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I • 33 OS IJ Insert NoFlow-In Ouw Made to Order - Plastic ASTM D 1248 For 24" dia. I I 09/23/96 33 OS 13 IManhole Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I I 09/23/96 I 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Tetherl-ok - Stainless Steel For 24" dia I I I II04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI _ 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI _ 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer I Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casm Spacers Pipeline Seal and Insulator Coated Steel Ciaim Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Power—) 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Cuing Spacer (Coated Carbon Steel) 03/19/18 I Casing Spacers BWM for Non pressure Pipe and Grouted Casing 032922 I 3305 13Casing Sperm CCI Pipeline Systems CSC 12, CSSI2 f. ' 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. 08-4/18 33 1110 Ductde Iron Pipe American Ductile Iron Pipe Co. OV24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. ' 33 11 10 Ductile Iron Pipe U.S. Pipcand FoundryCo. ' 33 1110 Ductile Iron Pipe Me Wane Cast Iran Pipe Co I Water & Sewer - Utility Line Marker (08/2412018) I I Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C 151 3" thru 24" American Faslite Pi� (Bell Spigot) AWWA C I50, C 151 4" thru 30" American Flex Ring (Restrained Joint) AWWA CI50, C 151 4" lhru 30" AWWAC150,CI51 AWWA C150, C151 -!�� I ^•tea- I I 0225/02 Epoxy Lining System _ Savercisen, Inc SewerGard 21ORS LA County 9210-1.33 II 12/14/01 Fr oxy Lining System Ertech Technical Coatings Enech 2030 and 2100 Series 01114111 Interior Ductile Iron Pipe Coating _ Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Are 791, SIHB, SI, S2 Acid Resistance Test Sewer Applications 8/282006 Coatings for Corrosion Protection _ Warren Environmental S-301 and M-301 _ Sewer Applications 05/25/18 I 33-11-70 Air Release Valve ,r A.R.I. US A. Ina. Namr- • EI-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. I EI-04 Conc. Pipe. Reinforced Hydro Conduit Corporation I EI-04 Conc. Pipe, Reinforced Hanson Concrete Products • E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. PIM System M"! M mom PIM Corporation McConnell Systems McLat Construction I TRS Systems Trenchless Replacement System 7/21/97 3131 13 Cent Cast Fiberelas, 11111 Hobas Pipe USA, Inc I 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron 04/09/21 33 31 13 Glass -Fiber Reinfoced Polwner Pipe IFRP) Thompson Pipe Group 03/0703 I 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries 4114105 Polvmer Modified Concrete Pipe Anaocch USA I 06/09/10 _ EI-9 Reinforced Polymer Concrete Pipe US Composite Pipe D025LTP02(Comppsite Body) 1 1 2" Class III T&G, SPL Item 977 - ASTM C 76 I ASTM C 76 ASTM C 76 ASTM C 76 - I I Polyehylenc PIM Corp., Piseata Way, N.J. 1 Approved Previously Polyethylene Houston, Texas Approved Previously Polyethylene - Calgary, Canada Approved Previously Hobas Pipe (Non -Pressure) ASTM D3262/D3754 _ Bondstrand RPMP Pipe ASTM D3262/D3754 Thompson Pile tFlowlile) ASTM D3262ID3754 Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 1 Meyer PolycreteMeyer Polycrete Pipe ASTM G� 8" to 102". Class V Reinforced Polymer Concrete Pichtnar Concrete Pipe C-76C-76 _ 4 From Original Standard Products List 2 FORT WORTH® than CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST for some Updated: 03/07/2023 ` Polyethylene vivo Phillips Driscovive, Inc. Optician Ductile Polyethylene Pipe ASTM D 1249 8" ' �Hiidhdcnsit, High -density polyethylene pipe Plexcro Inc. ASTM D 1248 B" High -density Polyethylene pipe Polly Pipe. Inc. ASTM D 1248 B" High -density polyethylene pipe CSR Hydro ConduiUPicehne Systems McConnell Pipe Enlargement ASTM D 1248 12/(12/11 33-II-12 DR-14 PVC Preswre Pipe Plpelife Jetsneam PVC PraSSWD Pipe AWWA C900 4"Ihru 12" 1022/14 37-II-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thou 12" • J3-31.20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26_ _ ASTM D 3034 4" - 11" 12/23/97` 33.31-20 PVC Sewer Pice Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" 33-31-20 PVC Sewer Pice Lamson Won Pipe ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinvlteeh PVC Pine Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pice Diamond Plastics Cmpmation "S" Gravity Sewer No ASTM F 679 18" to 27" • 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co. Inc. 0M Eagle) SDR 26/35 PS 115/46 ASTM F 679 1 B" - 28" 09/I I112 33.31-20 PVC Sewer Pii PiQelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" OS/06/05 "-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1794, etc 4"- 15" 33-31-20 ITVC Sewer Fittings Plastic Trends, Inc ( Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 1 33 31 20 1PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 IS"- 24" 3/19/2019 1 33 31 20 1PVC Sewer Pp*e Pivelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3292019 33 31 20 Gas- Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15" 10212020 33 31 20 PVC Sewer Pipe NAPCO( Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 IPVC Sewer Pine Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/212020 I 33 31 20 IPVC Sewer Pine _ _ I NAPCO(Westlake) _ SDR 26/35 PS 115146 ASTM F-679 18"- 36" • in Plan Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 _ ICured Cured in Place Pice National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 0529/96 Cured in Place Pice Reynolds Inclinliner Technolgy Onliner USA) Inliner Technology ASTM F 1216 • Fold and Form Pipe Cullum Pice Systems, Inc. 11/03/98 (Fold and Form Pipe Insituform Technologies, Inc. Insitufomn "NUPIpe" ASTM F-1504 lFold and Form Pipe - American Pipe & Plastics, Inc. Demo. Pumose Only 1 12/04/00 1FPId and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-150C 1871, 1967 1 06/09/03 lFold and Form Pipe Miller Pimlico Corn. EX Method ASTM F-1504, F-1947 UP to IS" diameter 09/26/91 E 100-2 PVC Sewer Pioe. Ribbed _ Lamson Vvlon Pice Carlon Vylon H.C. Closed Profile Pine, ASTM F 679 18" to 48" 09/26/91 E 100-2 PVC Sewer Pine, Ribbed _ _ Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 _ 18" to 48" E 100-2 PVC Sewer Pine, Ribbed Uvonor ETI Company 11/10/10 (E 100-2) Polvormovlene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 1 11/10/10 (E100-2) IPolvorooylene (PP) Sewer Pice. Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pice ASTM F 2764 30" to 60" 1 05/16/11 ISteel Reinforced Polyethylene Pipe ConTmh Construction Products Durmaxx ASTM F 2562 24" to 72" ' From Original Standard Products List CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be aooroved for use by the Water Department on a Drotect soeciftc basis. be re0uired for some 01/18/18 33-12-10 Double Strap Saddle Ramac 202NS Nylon Coated AWWA C800 0828/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS. Incl. Corp. Stop, Db1 Strap, Stainless NSF ANSI 372 10/27/87 Curb Stops -Ball Meter Valves McDonald 6I OOM,6I OOMT & 610MT 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 61001'M and 6101M F8600-7NL, FBI600-7-NL, FV23-777-W-NL, 5/25/2018 33.12.10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 FB600-6-NL, FB1600-6-NL, FV2366&W- 5/25/20I8 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 FB600-4-NL, FB1600-4-NL, BI I-444-WR- 5/25/2018 37-12-f0 Curb Stops -Ball Meter Valves Ford Meter Box Co.. Inc. NL. B22444-WR-NL, L28-44NL AWWA C800 B-25000N, 13-24277N-3, B-2020ON-3, H- A W WA C800, ANSF 61, 5/252018 33-12-10 Curb Slops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSINSF 372 8-150001N, B-2020ON-3, B-24277N-3,111- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co.. Ltd. 15000N, H-14276N, H-15525N ANSINSF 372 5/25/2018 I 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd 1553ON ANSINSF 372 I 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries. Inc. #406 Double Band SS Saddle I 0/5/21/12 33-12-25 Tsmin¢ Slceve (Coated Steel) JCM Industries. Inc. 412 Tapping Sleeve ESS AWWA C-223 I 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries. Inc. 415 Tapping Slave AW WA C-223 05/10/11 Tapping Sleeve(Stainless Steel) Powaseal 3490AS (Flange) & 349OW I 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 A W WA C-223 _ I 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 I 0229/12 33-12.25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 I 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp Plastic Meter Box w/Comnosite Lid DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW OB/30/06 Plastic Meta Box w/Composite Lid DEW Plastics Inc- DFW65C-14-IEPAFFTW Concrete Meta Box Bass & Hays CMB37-1312 1119 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Updated: 03/07/2023 1 "-2" SVC, up to 24" Pipe I 1"-2"SVC, up to 24" Pipe I 1"-2" SVC. no le 24" Pi 314" and I. 6" and 2" 2" 1-12" 1-1/2'. 1" I I 1"-2" Taps on up to 12" I Up to 30" w/12" Out I Concrete Pipe Only 4"-8' and 16" I U p to 42" w/24" Out I Up to 24" w/ 12" Out Up to 30"w/12"Out 4" to 30" I Class "A" I • E I -I I E I-t I El 1I Combination Air Release Valve Combination Air Release Valve Combination Air Release Valve OA Industries, Inc. Multiplex Manufacturing Co. Valve and Primer Corp. Empire Air and Vacuum Valve, Made1 935 Crispin Air and Vacuum Valves, Model No. APCO 9143C, 9145C and 9147C AST- A 126 Class B, ASTM A I" & 2" /2". I" & 2" I 1 ". 2" & 3" I 10/01/87 &1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608.94-18560 AWWAC-502 03/31/88 E-1-12 Dn Barrel Fire Hydrant American Darling Valve Shop Drawing No 94-18791 AWWA C-502 I 09/30/87 E-I-12 ➢ y Barrel Fire Hydrant Clow Corporation Shop Drawing No. D. 19895 AWWA C-502 I 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 I 08/24/88 E-1.12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1.12 Div Barrel Fire Hydrant ITT Kennedv Valve Shop Drawing No. D-90783FW AWWA C-502 09/14/11 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 A W WA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hvdrant Mueller Company A-423 Centurion AWWA C-502 I 01/15/88 EI-12 Div Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 to 09/87 E-1-12 j3>ry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Canrol(AFC) Waterous Pacer WB67 AWWA C-502 I 08/12/ 16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 02/OS/91 E IOI-5 Detector Check Meter Ames Cumoanv Model 1000 Detector Check Valve AWWA C551 4" - W I 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 314" - 6" • From Original Standard Products List 4 FORT WORTH. Note, All Water or sewer pipe lac er than LS inch diameter shall be ap roved CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/072023 for use by the Water Department on a project specific basis. Special bedding ma he required for some pipes. Approval t• No. 1 t 1. National Spec rr.�. 01/18/IS 33-11-12 PVC Pressure Pipe Vinvltech PVC Pine DR14 ASTM D1784 4".12" I 3/19/2018 33 It 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" I I 3/19/2018 33 11 12 PVC Pressure Pine Pipelife Jet Stream DR18 AWWA C900 16".24" ] I 5/252018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4" .12" I 5/252018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16".24' AWWA C900-16 12/62018 33 11 12 PVC Pressure Pipe 1-M Manufacturing Co., Inc d/bta JM Eagle DR 14 UL 1285 4"-28" ANSI/NSF 61 FM 16,12 I 12/62018 I 33 11 12 PVC Pressure Pipe J•M Manufacturing Co., Inc d/b/a 1M Eagle DR 18 , 1O I 16"-24" 9/62019 I 33 It 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 I 4" - g" I 9/62019 I 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 I 16"-24" I 9/62019 I 33 11 12 PVC Pressure Pipe I NAPCO(Westlake) DR14 AWWA C9D0 I 4"- 12" I 9/6n019 I I 33 11 12 PVC Pressure Pipe I Sanderson Pipe Corp. DR14 I AWWA C900 [ 4" 12" 0723/92 EI-07 IDuatile Iron Fittings Star Pipe Products Mechanical Joint Fittings AWWACI53&CII0 I EI-07 ]Ductile Iron Fittings Griffin Pioe Products, Co. Mechanical Joint Fitti q@ AWWA C 110 ] ' EI-07 IDuctile Iron Fittings MCWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C III I 08/11/98 E1-07 hun Fittings I Sigma, Co. Mechanical Joint Fittings. SSB Class 351 AWWA C 153. C 110, C 112 ] ] 02/26/14 EI-07 �Diicfil. MJ Fittings Accucasr Class 350 C-153 MJ Fittings AWWA C153 4".12" ] I 05/14/98 EI-07 Ductile Iron Joint Restraints ] Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA Cl I I/CI53 4" to 36" I 05/14/98 EI-2'4 PVC Joint Restraints I Ford Meta Box Co./Uni-Flange Uni-Flange Series 1500 Cimle-Lock AW WA CI I I/CI53 4" to 24" I 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting A WWA C 1 II/Cl 16/C153 4" to 12" I I 02/29/12 33-11-11 Ductile Iron Pine Mechanical Joint Restraint I EBAA Iron, Inc. Megalug Series 1100 (far DI Pipe) AWWA Cl I I/CI16/CI53 4" to 42" I I 0229/12 33-11-11 ]PVC P ce Mechanical Joint Restraint I EBAA Iron, Inc. I Megalug Series 2000 (for PVC Pipe) I A)ySVA Cl I I/C116/CI53 4" to 24" I ] 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) I Sigma, Co. Sigma One-Lok SLC4-SLC 10 AWWA CI I I/CI53 4" to 10" I I 03/06/19 33.11-II ] Mechanical Joint Retainer Glands(PVC) I Sigma, Co. I Sigma One-Lok SLC94-SLCS12 ] AWWA CI I I/CI53 4"to 12" ]yy I 08/05/04 EI-07 [Mechanical Joint Retainer Glands(PVC) I Sigma, Co. I Sigma O.`-Lk SLCE AWWA Cl II/C153 12"to 24" I I 08/10/98 EI-07 IMJ FittinggDIP) I Sigma, Co. I Sigma One-Lok SLIDE I AWWAC153 I 4"-24" I 10/12/10 EI-24 Ilnterior Restrained Joint System I S & B Techacial Products I Bulldog System ( Diamond Lok 21 & JM I ASTM F-1624 I 4" to 12" I+ I 08/16/06 EI-07 IMechanical Joint Fittings SIP lndustries(Seram ore) I Mechanical Joint Fittings I AWWA CI53 Ij 4" to 24" I I 11/07/16 I 33-11-11 IMechanical Joint Retainer Glands Star Pim Products, Inc. I PVC Stargrip Series 4000 I ASTM A536 AWWA CI I I ] 11/07/16 I 33-11.11 ]Mechanical Joint Retainer Glands Star Pipe Products, Inc. I DIP Slargnp Series 3000 I ASTM A536 AWWA C I I I I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/IS 33-11-II Mechanical Joint Retainer Glands SIP ladustries(SeramPore) ASTM A536 AWWA C I I I 3"-48" 03/19/18 I 33-I I -I I Mechanical Joint Retainer Glands I SIP Indunries(Serampore) EZ Grip Joint Restraint (EZD) Red fa C900 A STM A536 AWWA CI 1 I 4"-12" DR14 PVC Pipe 03/19/18 I 33-11-11 Mechanical Joint Retainer Glands SIP Industries Seram ( pore) "P+°�"' nescmuu lc�✓J wee mi �yw ASTM A536 AWWA CIII I6"•24" I Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2330 and Series 2536 AW WA C515 30" and 36" ] 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524(SD 94-20255) AWWA C515 20"and 24" I 05/18/99 Resilient Wedge Gale Valve I American Flow Control Series 2516(SD 94-20247) AWWA C515 16" I 1004/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 18/05104 Resilient Wedge Gate Valve I American Flow Control 42" and 48"AFC 2500 AWWAC515 42" and 48" 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Companv American AVK Resilient Seeded GV AWWA C509 4" to 12" I 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20"and smaller [ ' EI-26 Resilient Seated Gate Valve I Kennedy I 4"- 12" ] ' EI-26 Resilient Seated Gate Valve I M&H 4"- 12" ] ' EI-26 Resilient Sealed Gate Valve ] Mueller Co. 4"- 12" [ 11/08/99 I Resit lent Wedge Gate Valve I Mueller Co. I Scries A2361(SD 6647) I AWWA C515 16" ] 01/23/03 Resilient Wedge Gate Valve (Resilient I Mueller Co. I Series A2360 for 18"-24" (SD 6709) I- AWWA C515 24" and smaller I 05/13/05 Wedge Gate Valve I Mueller Co. I Mueller 30" & 36", C-515 Y AWWA C515 30" and 36" I 01/31/06 I (Resilient Wedge Gate Valve Mueller Co. I Mueller 42" & 48", C-515 I AW WA C515 I 421. and 48" [ 0128/88 EI-26 I Resilient Wedge Gate Valve Clow Valve Co. I I AWWA C509 I 4"-12" 10/04/94 I ] Resilient Wedge Care Valve Clow Valve Co. I 16" RS GV(SD D•20995) I AWWA C515 I 16" ]I 11/08/99 I EI-26 [Resilient Wedge Gate Valve Clow Valve Co. Clow RW Val- (SO D-21652) I AWWA C515 I 24" and smaller I 11/29/04 I Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 I AWWA C515 I 30" and 36" Mote 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2639 AWWAC515 I 24" to 48"(Note 3) I 05/08/91 I EI 26 Resilient Seated Gate Valve I Stockham Valves & Fittings AWWA C 504, ANSI 420 - stem, I 4" - 12" I ' I E 1-26 Resilient Seated Gale Valve I U S. Pioe and Foundry Co. I Metroscal 250, reauiremems SPL 174 I 3" to 16" 10/2 ilient Seated Gate Valve J (East Jordan Iron Wk) EJ I'l—M_str GaVav& Boxes I I _ I /1 I 08248 ] , Mteo Gate Valve I Matco-Norca I 225 MR I AWWA/ANSI CIIS/An21.15 I 4" to 16" I I ' From Original Standard Products List CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 EI-JO Rubber Seated Banally Valve Mueller Co. AWWA C-504 24"and smaller I/11/99 EI-30 Rubber Seated Butterfly Valve Deaurik Valves Co. AWWA C-504 24"and larger 06/12/03 EI-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve, AWWA C-504 Up to 84" diameter 04/06/07 EI-30 Rubber Seated Butterflv Valve M&H Valve M&H Style 4500&1450 AWWA C-504 24'.to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" 05/12/05 EI-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWACI051 It mil LLD 05/11/01 EI-13 Polyethylene Encasment Mountain States Plasucs(MSP)and ALP Ind Standard Hardware AWWA CI05 8mil LLD 05/12/05 EI-13 Polyethylene Encasment AEP Industries Bullamone by Cowtown Bolt&Gasket AWWA C105 8mil LLD 09/06/19 33-1I-11 Polyethvlene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD 03/07/23 1 33 1250 Water Samplina Station I Eclipse INumber 88 1 1 1 ah—. is spec. 33 12 50 HV21 /20 04/09/21 04/09/21 Flushjjpg System Flushing System Flushing System Mueller Hydro uard HG2-A-IN-2-PVC-018-LPLG(Permanent) I I Kupferle Foundry ompany Eclip& tl9800wc Kupferle Foundry Company Eclipse #9� (Portable) • From Original Standard Products List 6