Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62387
CSC No. 62387 FORT WORTH. CONTRACT FOR THE CONSTRUCTION OF NORTHSIDE IV ELEVATED STORAGE TANK City Project No. 104291 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department 2024 d.00 inr,.. O,pcuee. JAi1EP9 P, AMICK �►o•. ,� 65210 95 G,►,STC.1 By: Neel -Schaffer, Inc. IL. NEEL - SCHAFFER = Solutions you can build upon Texas Reg. No. F-2697 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX James P. Amick, P.E. Neel -Schaffer, Inc. NORTHSIDE IV ELEVATED STORAGE TANK City Project No. 104291 2024 Vx y4e. yyy 65295 �'.:f For Civil Design/ Improvements -os DIVISIONS 03, 08, 09, 22, 31, 32, 33, 46 NORTHSIDE IV ELEVATED STORAGE TANK City Project No. 104291 M. Angel Sanchez, P.E. MAS Consulting Engineers 2024 s =�A1 °FAQ i*:•. I *.l 1 M. ANGEL SANCHEZ JO Ii�o 110254 :fie; Igo''• C �vr %��1p NA For Civil Design/ Improvements DIVISION 31 NORTHSIDE IV ELEVATED STORAGE TANK City Project No. 104291 Glen Reed, P.E. Neel -Schaffer, Inc. .„,-...s46a►1'yAE 0 re� �, i, . ' •. :*.•J�.*it 0VIRGIL GLEN REED- #t � 94019 : 4,� iI A\ .. �/CENSE-D • ,G �`': 07-08 2024 2024 For Electrical Design/ Improvements DIVISION 26 NORTHSIDE IV ELEVATED STORAGE TANK City Project No.104291 Howie Li, P.E. Team One Integration, LLC 2024 OF r 'L �\ 1 i *:' %\ %*ii t' HAU SHING LI j rii'Oy 102207 :�Qi /1 �[fla'.' ('CENsV 44,.S /7 �1�j `SrONA ANC' 07.05.2.24 For Instrumentation/ Design Improvements DIVISIONS 26, 40 FORT WORTH® City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Page 1 of 9 Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 00 43 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 00 45 11 Bidders Prequalifications 08/13/2021 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 12/08/2023 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 08 11 19 Steel Doors and Frames 08 33 23 Overhead Coiling Doors 08 71 10 Finish Hardware 09 91 00 Painting 09 97 14 Steel Water Storage Tank Painting 22 10 10 Plumbing 26 00 10 Electrical General Provisions 26 01 10 Raceways 26 01 20 Wire and Cable 26 01 95 Lighting Panelboards 26 01 99 Miscellaneous 26 02 10 Electric Utility Service 26 04 10 Underground Electrical 26 04 50 Grounding Systems 26 04 55 Lightning Protection 26 05 00 Lighting 33 09 10 Control Valve Actuator 33 12 21 AWWA Rubber -Seated Butterfly Valves 33 16 19 Composite Elevated Water Storage Tank 40 61 00 Instrumentation General Provisions 40 66 00 Radio Telemetry System 40 67 00 Instrumentation and Controls — Control Panels 40 96 20 Instruments 46 41 23 Tank Circulation Equipment Division 02 - Existing Conditions 02 11 13 Selective Site Demolition Date Modified 02 11 1/ 02 11 15 Utility Removal/Abandonment Paving Removal Division 03 - Concrete 03 30 00 Cast In Place Concrete 03 31 13 03 31 16 03 80 00 Controlled Low Strength Material (CLSM) Concrete Base Material for Trench Repair Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 26 05 33 26 05 13 Demolition for Electrical Systems Raceways and Boxes for Electrical Systems Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 31 23 16 Site Clearing Unclassified Excavation 31 23 23 Borrow 31 21 00 Embankments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 32011& 32 01 29 32 11 23 Permanent Asphalt Paving Repair Temporary Asphalt Paving Repair Concrete Paving Repair Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 32 12 16 32 12 73 32 13 13 32 13 20 32 13 73 32 11 16 32 16 13 32 17 23 32 17 25 32 31 13 Liquid Treated Soil Stabilizer Asphalt Paving Asphalt Paving Crack Sealants Concrctc Paving Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Paving Joint Sealants Brick Unit Paving Concrctc Curb and Gutters and Valley Gutters Pavement Markings Curb Address Painting Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 32 91 19 32 92 13 329211 32 92 15 32 93 13 Cast in Place Concrete Retaining Walls Topsoil Placement and Finishing of Parkways Sodding Non Native Seeding Native Grass and Wildflower Seeding Trees and Shrubs Division 33 - Utilities 33 01 30 33 01 31 33 03 10 33 01 10 33 01 11 Sewer and Manhole Testing Closed Circuit Television (CCTV) Inspection Bypass Pumping of Existing Sewer Systems Joint Bonding and Electrical Isolation Corrosion Control Test Stations 33 01 12 33 01 30 33 01 10 33 01 50 33 05 10 33 05 12 33 05 13 33 05 13.01 33 05 11 Magnesium Anode Cathodic Protection System Temporary Water Services Cleaning and Acceptance Testing of Water Mains Cleaning of Sewer Mains Utility Trench Excavation, Embedment, and Backfill Water Line Lowering Frame, Cover and Grade Rings Cast Iron Frame, Cover and Grade Rings Composite Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 33 05 21 Tunnel Liner Plate 33 05 22 33 05 23 33 05 21 33 05 26 33 05 30 33 11 05 Steel Casing Pipe Hand Tunneling Installation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets 33 11 10 33 11 11 33 11 12 33 11 13 331111 33 12 10 Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC) Pressure Pipe Concrete Pressure Pipc, Bar Wrapped, Steel Cylinder Typo Buried Steel Pipe and Fittings Water Services 1 inch to 2 inch 33 12 11 33 12 20 Large Water Meters Resilient Sc tcd Gate Valve 33 12 21 33 12 25 33 12 30 33 1210 33 12 50 33 12 60 33 31 12 33 31 13 33 31 15 33 31 20 33 31 21 33 31 22 33 31 23 33 31 50 33 31 70 33 39 10 AWWA Rubber -Seated Butterfly Valves Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants Water Sample Stations Standard Blow off Valve Assembly Cured in Place Pipe (CIPP) Fiberglass Reinforced Pipe for Gravity Sanitary Sewers High Density Polyethylene (HDPE) Pipe for Sanitary Sewer Polyvinyl Chloride (PVC) Gravity Sanitary Scwcr Pipc Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe Sanitary Sewer Slip Lining Sanitary Scwcr Pipc Enlargement Sanitary Sewer Service Connections and Service Line Combination Air Valve for Sanitary Sewer Force Mains Cast in Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 33 3910 Fiberglass Manholes Wastewater Access Chamber (WAC) 33 39 60 33 11 10 33 11 11 33 11 12 33 11 13 33 16 00 33 16 01 Epoxy Liners for Sanitary Sewer Structures Reinforced Concrete Storm Sewer Pipe/Culverts High Density Polyethylene (HDPE) Pipc for Storm Drain Reinforced Polyethylene (SRPE) Pipe Polypropylene Pipe for Storm Drain Subdrainage Slotted Storm Drains 33 16 02 Trench Drains 33 19 10 Cast in Place Manholes and Junction Boxes 33 19 20 33 1910 Curb and Drop Inlets Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 31 11 10 31 11 10.01 Traffic Signals Attachment A Controller Cabinet CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 31 11 10.02 31 11 10.03 31 11 11 31 11 13 31 11 15 31 11 16 31 11 20 31 11 20.01 31 11 20.02 31 11 20.03 31 11 30 31 71 13 Attachment B Controller Specification Attachment C Software Specification Temporary Traffic Signals Removing Traffic Signals Rectangular Rapid Flashing Beacon Pedestrian Hybrid Signal Roadway Illumination Assemblies Arterial LED Roadway Luminaires Freeway LED Roadway Luminaires Residential LED Roadway Luminaires Aluminum Signs Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.2ov/tpw/contractors/ or https://apes.fortworthtexas.2ov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 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 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 26 05 10 26 05 33 26 05 13 26 05 50 Demolition for Electrical Systems Raceways and Boxes for Electrical Systems Underground Ducts and Raceways for Electrical Systems Communications Multi Duct Conduit 12/20/2012 12/20/2012 07/01/2011 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 32 01 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 6/07/2024 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non -Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 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 Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 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 Bolts, Nuts, and Gaskets 12/20/2012 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow -off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 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 Traffic Signals 03/11/2022 34 41 10.01 Attachment A — Controller Cabinet 12/18/2015 34 41 10.02 Attachment B — Controller Specification 02/2012 34 41 10.03 Attachment C — Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single -Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 Appendix GC-4.0 1 GC-4.02 GC-6.06.D GC-6.07 GC-6.09 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities (FAA, TCEQ) Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 10/24/24, 11:00 AM M&C - Council Agenda City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, October 15, 2024 LOG NAME: 60NSIVEST-LANDMSI SUBJECT: (CD 10) Authorize Execution of a Contract with Landmark Structures I, LP in the Amount of $5,371,000.00 for Northside IV Elevated Storage Tank Project, Provide for Project Costs for a Project Total in the Amount of $5,990,228.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: REFERENCE NO.: **M&C 24-0865 1. Authorize execution of a contract with Landmark Structures I, LP in the amount of $5,371,000.00 for the Northside IV Elevated Storage Tank project; 2. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Northside IV Elevated Storage Tank project; and 3. Adopt the attached Appropriation Ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in Northside Elevated Storage Tank project (City Project No. 104291) in the amount of $5,990,228.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This project provides for the construction of an elevated water storage tank to provide capacity and delivery reliability to customers in the Northside IV Service area. Construction of the project was advertised for bid on July 18 and July 25, 2024 in the Fort Worth Star - Telegram. On August 15, 2024 the following bids were received: L Bidder 1Lotal Alternate 1 J Total Alternate 2 J Contract Time Phoenix Fabricators & L$5284000i Erectors, LLC* $5,418,000.00 Landmark Structures I, LP $5,286,000.00 $5,371,000.00 480 Calendar Days *The bid submitted by Phoenix Fabricators & Erectors, LLC has been determined to be non -responsive due to failure to submit the required M/WBE documentation within the required time period after bid submittal. The project was advertised with two alternates with the City reserving the right to award contracts to the respective low bidder of either Total Alternate 1 or Total Alternate 2. Staff recommends the award of the combined project to Landmark Structures I, LP in the amount of $5,371,000.00. In addition to the contract cost, $404,388.00 is required for project management, material testing, inspection, and $214,840.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. apps.cfwnet.org/ecouncil/printmc.asp?id=32571 &print=true&DocType=Print 1/3 10/24/24, 11:00 AM M&C - Council Agenda Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its Capital Improvement Program (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 Department's portion of the City of Fort Worth's Fiscal Year 2025-2029 Capital Improvement Program. 60NSIVEST-LANDMSI Capital Fund Name I Project Name FY2025 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2025 Budget Budget 56023- W&S Commercial Paper Fund 104291- Northside IV EST $0.00 This M&C $5,990,228.00 $5,990,228.00 Funding is budgeted in the Commercial Paper Project within the W&S Commercial Paper Fund for the purpose of funding the Northside IV Elevated Storage Tank project. Funding for the Northside IV Elevated Storage Tank project is depicted below: Fund Existing II Appropriations Additional _ LAppropriations Project Total* Fund 56022- Commercial Paper $680,876.00 $0.00 $680,876.00 W&S Commercial Paper Fund 56023 $0.00 $5,990,228.00 $5,990,228.00 Project Total $680,876.001 $5,990,228.00 $6,671,104.00 *Numbers rounded for presentation purposes. Business Equity: The Business Equity Division placed a 6.65 percent business equity goal on this solicitation/contract. Landmark Structures I, LP., has agreed/committed to utilize 6.86 percent business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 10. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds will be available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Northside IV EST project to support the above recommendations and execution of the construction apps.cfwnet.org/ecouncil/printmc.asp?id=32571 &print=true&DocType=Print 2/3 10/24/24, 11:00 AM M&C - Council Agenda contract. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project Program�Activity Budget Reference # Amount ID ID I Year (Chartfield 2) FROM Department 'Account ID Project ID CERTIFICATIONS: Submitted for City Managers Office by: Originating Department Head: Additional Information Contact: ProgramActivity Budget Year Reference # (Chartfield 2) Amount Fernando Costa (6122) Chris Harder (5020) Scott Taylor (7240) ATTACH M EN TS 1. 1843 TEC Form 1295 Certificate 101260995-Executed.pdf (CFW Internal) 2. 24-0265-104291 Compliance Memo Approved-NS.pdf (CFW Internal) 3. 6ONSIVEST-LANDMSI FID Table (WCF 09.18.24).xlsx (CFW Internal) 4. 6ONSIVEST-LANDMSI funds availability.pdf (CFW Internal) 5. 6ONSIVEST-LANDMSI Map.pdf (Public) 6. Commercial Paper Balancce as of 09.18.24.xlsx (CFW Internal) 7. ORD.APP 6ONSIVEST-LANDMSI 56023 A025(r3).docx (Public) 8. PBS CPN 104291.pdf (CFW Internal) 9. Res.60NSIVEST-LANDMSI.docx (Public) 10. SAM.gov Search Landmark Structures I,LP.pdf (CFW Internal) apps.cfwnet.org/ecouncil/printmc.asp?id=32571 &print=true&DocType=Print 3/3 6ONSIVEST-LANDMSI L 45 X L X L X us 0 Q L a us 0 Q L 0- GL Entries Needed Amount Purpose $ 69,823.00 Staff Costs Staff Costs Project contingencies To pay contractor Soil Lab Consultant Soil Lab TPW Staff COMBO CODE Amount $ (5,990,228.00) $ 5,990,228.00 c c 0 E a $ 223,434.00 $ 214,840.00 $ 5,371,000.00 $ 83,788.00 $ 22,343.00 0 0 0 0 0 `n +' 'Ga E L o _ cao Va a fA 0 Fi U. E CC� N LL a'' a)NN ILO N "CS0 N m +> '.' U a ;l *';1 Avl 10 Ell era J1 1:1�F11:� Activity Budget CF 2 Program Year 001880 9999 FI' Activity Budget Year lfl (-4 Ol CO 01 Ol CO 01 Ol CO 01 a CO 01 a CO 01 a CO 0l co co 0 001880 001880 co co 0 co co 0 001880 RETAIN Account Project ID UCMLPR Ol CC 0 0 U N 0 a 0 0 0 U U a 0 LL Account Project ID 5110101 104291 5110101 104291 5740010 104291 5740010 104291 5330500 104291 5310350 104291 5110101 104291 2060000 104291 Dept # 0600430 0600430 CL a)0 Dept # 0600430 0600430 0600430 0600430 0600430 0600430 0600430 Fund 56023 56023 0 0 LL Fund 56023 56023 56023 56023 56023 56023 56023 56023 N CC CO 06 CO D6 U CC U CC CO N CO N m N m N m N m N 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 FORT WORTH,. ADDENDUM TO INVITATION TO BID NO. 24-0265 NORTHSIDE IV ELEVATED STORAGE TANK WATER DEPARTMENT ADDENDUM NO. 1 INVITATION TO BID (ITB): 24-0265 BID OPENING DATE August 1, 2024 (CHANGED) REVISED BID OPENING DATE: August 15, 2024 DATE ISSUED: JULY 29, 2024 ITB No. 24-0265, issued July 25, 2024, is hereby amended as follows: 1. The Bid Opening Date has been changed from August 1, 2024 to August 15, 2024. 2. The Prebid Conference for this project will be held on Tuesday, August 6, 2024 at 11:00 a.m. 3. TECHNICAL SPECIFICATIONS - Replace the following: Replace Section With Section Entire Draft Project Specifications Final Project Specifications Uploaded to Bonfire and Noted with revision description Addendum No. 1 4. DRAWINGS - Replace the following: Replace Entire Plan Set With Entire Plan Set Draft Project Plan Drawings Final Plan Drawings Uploaded to Bonfire and Noted with revision description Addendum No. 1 All other terms and conditions remain unchanged. or TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: LandmarkuctRres I, LP SIGNATURE: Christopher Lamon, CEO of Landmark Structures Management LLC NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ITB 24-0265 Northside IV Elevated Storage Tank Addendum No.1 Page 1 of 1 FORT WORTH® ADDENDUM TO INVITATION TO BID NO. 24-0265 NORTHSIDE IV ELEVATED STORAGE TANK WATER DEPARTMENT ADDENDUM NO. 2 DATE ISSUED: August 13, 2024 INVITATION TO BID (ITB): 24-0265 BID OPENING DATE August 15, 2024 REVISED BID OPENING DATE: August 15, 2024 ITB No. 24-0265, issued August 13, 2024, is hereby amended as follows: 1. Addendum Items Northside IV Elevated Storage Tank 1. Our standard for a 1,000,000-gallon tank utilizes a 70' tank diameter, a 38-foot head range and 40' OD support pedestal. Is this acceptable a. Yes 2. Section 00 42 13 Item 7 — The Lump Sum Price includes Bid Items 1 -7. Bid Item 7 has a description of Construction Allowance and Bid Value that is blank. Can the value of Bid Item 7 Construction Allowance be identified to ensure all Bidders include the same cost of Bid Item No. 7? a. The Construction Allowance is $100,000. 3 .Section 00 41 00, Item 3 — The Prequalification section includes a lists of items a. — h. Each item in this list has a dash and does not list a specific type of work. Typically, a project of this nature would also include multiple work types that must be performed only by prequalified subcontractors. Can you confirm that there is not a requirement of prequalified subcontractors for varying work types on this Project? a. Only the Contactor needs to be prequalified. 5. Section 00 41 00, Item 6.3 — The Evaluation of Alternate Bid Items lists two different Bids. Both Bid 1 and Bid 2 include the Bid Items 1-7. Below Bid 1 and Bid 2, a Total Bid line is listed. Bid 1 and Bid 2 should not add together to make a "Total Bid" because both Bid 1 and Bid 2 include the Bid Items 1-7. Can last line item in 6.3 ("Total Bid $0.00") be removed? a. Ignore the erroneous Total Bid ITB 24-0265 Northside IV Elevated Storage'Tank1 Addendum No.2 Page 1 of 10 6. The Conflict of Interest Statement Form in Section 00 35 13 is required to be submitted with the Bid. This form requires the Bidder to select a box from a list of six different options. The check box options do not include a check box for submitting this form this with the Bid. If we submit this form with the Bid, would it be considered "on file with the City Secretary" and therefore, that check box would be selected? a. The box to check is "CIS Form is being provided to the City Secretary" 7. Sheet 15 — Detail 1 shows the intermediate platforms spaced at 40'-0" intervals. Section 33 16 19, Item 2.3 D. 1. state the intermediate platforms are to be spaced at 30'-0" intervals. Can you confirm the intermediate platforms are to be spaced at 40'-0" intervals? a. The intervals shall be a maximum of 30' 0" 8. Section 33 16 19, Item 2.3 D.1. states the intermediate platforms are to be offset. Offset platforms and ladders are not recommended due to the climber needing to unhook from the ladder safety device at each offset. Can you confirm that a straight run ladder system is acceptable? a. No 9. Sheet 3 — Note 19 state that all pipe above ground shall be new stainless steel pipe cement lined unless shown otherwise. Can you confirm an interior lining of stainless steel piping is not required? a. Stainless steel pipe does not need to be cement lined 10. Sheet 3 — Note 19 states that all steel pipe shall be painted. Can you confirm that stainless steel piping is not required to be painted? a. Stainless Steel does not need to be painted. 11. Sheet 14 — The center elevation of the incoming waterline is shown to be 866.08 coming in over the top of the foundation. The geotechnical reports recommend the foundation bear on top of the limestone, as such we would place the waterline coming in under the foundation. Routing the waterline over the foundation and placing the foundation deeper than required will add considerable rock excavation costs. Can you confirm the water line can be routed under the foundation and we are not required to place the foundation deeper than necessary to allow the waterline to pass over the foundation? a. Waterline can be placed under the foundation with proper clearance and with proper bedding and backfill See Sheet 14. ITB 24-0265 Northside IV Elevated Storage Tankl Addendum No.2 Page 2 of 10 12. Sheet 15 — Detail 1 notes that the tank diameter is to be 74'-76' wide. Our standard tank diameter for a 1MG tank with 40' head range is 67.45'. Can you confirm a 67.45' diameter tank is acceptable? a. Yes 13. Is Cathodic Protection required? If so, please provide a specification. a. No ITB 24-0265 Northside IV Elevated Storage Tank1 Addendum No.2 Page 3 of 10 13. Is Cathodic Protection required? If so, please provide a specification. a. No er ter ju s an• conditi • ns r- ain unchanged. TONY SHOLOLA, P,E. A S S -A T DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Landmark Structures I, LP SIGNATURE: op er Carron, CEO of Landmark Structures Management LLC NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. !TB 24-0265 Northside IV Elevated Storage Tankl Addendum No.2 Page 3 of 9 Supplemental Questions and Responses 14. Can Big Wave be added as an approved manufacturer list for the tank mixer Specification 46 21 23? a. No 2. Can a Plan Holders List be Provided? a. This is available online in Bonfire 3. Can Section 32 31 13 Chain Fences and Gates be provided a. This available online in the specifications 4. Our standard for a 1,000,000-gallon tank utilizes a 70' tank diameter, a 38-foot head range and 40' OD support pedestal. Is this acceptable a. Yes 5. Sheet 27 depicts a 4-foot-wide balcony inside the pedestal. This is uncommon for this style of tank. Can the balcony be removed (upper platform will remain)? a. No 6. Has an estimated budget been published for this project? a. No 7. Is weekend work allowed? a. Yes, with prior notification 8. GC-6.07 Wage Rates listed are from 2013. Can current wage rates for each trade be provided? a. This is the current wage rates for the City of Fort Worth 9. What construction permits are required for this project? Will a plan review by the City or County? a. No construction permit is required. Shop drawings will be reviewed. 10. Can progress meetings be held remotely if we do not have a PM on site? a. Yes 11. Who will be conducting field -applied coatings inspection? a. The design engineer will do the inspections 12. Are there any AIS, Buy American or other material restrictions? a. No. 13. Are there any County licenses or a business licensed required for this project? a. No. 14. Article 6.01b states "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 the City". Can a full-time foreman act as a resident inspector? Can the Superintendent change with different construction phases? a. Yes 15. What is included in the $100,000 Construction Allowance (Bid Item 7) a. There are no specific items at this time. This will be used to address any additional work. 16. Section 331619-3 4C2a requires "light sandblast to the exposed exterior concrete support wall surface. Is this required? ITS 24--0265 Northside IV Elevated Storage Tank1 Addendum No.2 Page 5 of 10 a. Yes 17. Section 0999714-3.7B states " All shop applied primer must be inspected by the Owner's Representative prior to transportation for the place of manufacture" Please confirm shop inspection will be required at Contractor's manufacturing facility. a. The owner reserves this right. 18. Do AWWA D107-16 Section 331619 and industry standards for the composite tank concrete support wall relating to mixes, curing, form removal, placement, finishing, slump, rebar etc. superseded Section 03300? a. Yes 19. Can the Owner provide an allowance for the SWPP reference in Section 015713? a. No 20. Is a pre -bid meeting sign in sheet available? a. No, the meeting was held online. 21. Can you confirm funding for this project? a. Yes, funding is available for this project 22. An you confirm the budget amount for this project? a. The City has sufficient funds for this project 23. What is the planned Notice of Award for the project? a. Based on the current bid date award will be within 90 days of the bid opening 24. What is the planned Notice Proceed for the project? a. 2 to 4 weeks after award 25. Can you describe the process or events (i.e. approval by council, board of directors etc.) that must occur and anticipated dates durations that must occur in order to award this project? a. An agenda item will be prepared for council award of the project after bids are received. This will be placed on the next available Council meeting for award. 26. Is this project subject to any American Iron and Steel or other domestic material requirements? a. No. 27. Is this project subject to any Buy America or other domestic procurement requirements? a. No 28. Is this project subject to any Buy American, American Iron and Steel or other domestic material procurement requirements? a. No 29. Can you confirm the project is sales tax exempt and is not to be included in the bd prices? a. Yes 30. Can you confirm that the Owner has obtained the necessary approvals and permits required to start construction? a. Yes 31. Are there any governing agencies (federal/state/local agencies other than the building department)that must review and approve the project drawings prior to the start of construction? If so, who are these agencies and what is the anticipated duration of their review period? ITS 24-0265 Northside [V Elevated Storage Tankl Addendum No.2 Page 6 of 10 a. TCEQ review is in process. FAA clearance has been received. 32. Can you confirm that the Owner currently owns the property (or properties) where the work is to be performed? a. Yes 33. Can you confirm that the Owner currently owns and/or otherwise possess all required easements or permissions to work or access the property (or properties) where the work is to be performed? If not, can you provide information on the timing in which these easements or permissions will be obtained? a. Please refer to the appendix in the project manual. 34. Due to the nature of tank erection wok and the travel distance for our field personnel working weekends is advantageous for the project from both a cost and schedule perspective. This is even true if the work allowed on the weekends is restricted to non - inspected work. Can you confirm that Saturday work will not be restricted? a. Yes 35. Due to the nature of tank erection wok and the travel distance for our field personnel working weekends is advantageous for the project from both a cost and schedule perspective. This is even true if the work allowed on the weekends is restricted to non - inspected work. Can you confirm that Sunday work will not be restricted? a. Yes, with the provision that the restriction to non -inspected work is applied. 36. Sheet 3 — Note 25 states that the Contractor is responsible for the costs associated with providing permanent power to the Project site. General Conditions, Item 6.09A, states the City shall pay for all charges of utility owners for connection to providing permanent service. Can you confirm the Owner will pay all Electrical Utility Company cost and fees (if any) required to establish permanent power to the Project Site? a. The City will pay all service costs to CoSery 37. If no can a cash allowance be established to ensure all bidders include the same scope of Work and the Owner pays only the cost of the Work? a. This not applicable to this project 38. Can you confirm the Owner will provide a location for the Contractor to access temporary water at or near the Project Site? a. Access by fire hydrant with a construction meter 39. In order to better determine quantities, scope ad costs can a CAD file be provided for the civil drawings? a. No 40. Section 00 42 13 Item 7 — The Lump Sum Price includes Bid Items 1 -7. Bid Item 7 has a description of Construction Allowance and Bid Value that is blank. Can the value of Bid Item 7 Construction Allowance be identified to ensure all Bidders include the same cost of Bid Item No. 7? a. Yes, the bid value is $100,000. 41. Section 00 41 00, Item 3 — The Prequalification section includes a lists of items a. — h. Each item in this list has a dash and does not list a specific type of work. Typically, a project of this nature would also include multiple work types that must be performed only by prequalified subcontractors. Can you confirm that there is not a requirement of prequalified subcontractors for varying work types on this Project? a. Only the Contactor needs to be prequalified. iTB 24-0265 Northside IV Elevated Storage Tank1 Addendum No.2 Page 7 of 10 42. Section 00 41 00, Item 6.3 — The Evaluation of Alternate Bid Items lists two different Bids. Both Bid 1 and Bid 2 include the Bid Items 1-7. Below Bid 1 and Bid 2, a Total Bid line is listed. Bid 1 and Bid 2 should not add together to make a "Total Bid" because both Bid 1 and Bid 2 include the Bid Items 1-7. Can last line item in 6.3 ("Total Bid $0.00") be removed? a. Ignore the erroneous Total Bid 43 The Conflict of Interest Statement Form in Section 00 35 13 is required to be submitted with the Bid: This form requires the Bidder to select a box from a list of six different options. The check box options do not include a check box for submitting this form this with the Bid. If we submit this form with the Bid, would it be considered "on file with the City Secretary" and therefore, that check box would be selected? a. Yes 44. Section 09 97 14, Item 1.9.C.1.a requires the Coating Applicator to be QP-1 Certified to apply the Alternate Interior Coating System. This certification is not a requirement for the base bid system and is not a requirement of the paint manufacturer. Can this requirement be removed from the specification as it will unnecessarily increase the project cost without adding any value or longevity to the to the coating system? a. No 45. Section 33 16 19, Item 1.11 C.1. state the Contractor is to provide the all-weather access from public and gas roads to the tank site. Appendix GC-4.02 states the developer will construction a new gravel road access to the tower site. Can you confirm the Developer is to provide an all-weather access road from public and gas roads to the tank site? a. Access Road is installed 46. If the Developer is to provide an all-weather access road from the public and gas roads to the tank site, can you confirm the road will be constructed of course gravel over geogrid with a minimum thickness of 8" and a minimum width of 12'-0"? a. Developer has already installed the access road 47. If the Developer is to provide an all-weather access road from the public and gas roads to the tank site, can you confirm the work will be completed prior to the date of mobilization for the Project? a. Access road is already installed 48. Appendix GC-4.02 indicates the all-weather access road will be routed from the tank site north to Robertson Rd. Sheet 10 indicates the construction entrance/exit will be routed from the tank site south to the existing gravel well access road. Can you confirm the Contractor can utilize both the existing gravel well access road south of the tank site, and the Developers access road north of the site to enter and exit the project site? a. Only County Road 4840 and developer installed access road can be used for access ITB 24-0265 Northside IV Elevated Storage Tankl Addendum No.2 Page 8 of 10 49. Section 33 16 19, Item 2.3 K.1. states that the number of antenna conduit slot and feed thru plates is to be coordinated with the City. To provide accurate pricing for this work, a maximum number of plates is needed. Can you define the number of antenna conduit slot and feed thru pates the Bidder is to include in their pricing? a. Four banks of six 6-inch conduits (24 conduits) See Plan Sheet 50. Sheet 15 — Detail 1 shows an upper return at the intersection of the tank side wall and the tank roof. This detail is architectural in nature. Can you confirm the upper return is required? a. Yes 51. Sheet 15 — Detail 1 shows the intermediate platforms spaced at 40'-0" intervals. Section 33 16 19, Item 2.3 D. 1. state the intermediate platforms are to be spaced at 30'-0" intervals. Can you confirm the intermediate platforms are to be spaced at 40'-0" intervals? a. The intervals shall be a maximum of 30' 0" 52. Section 33 16 19, Item 2.3 D.1. states the intermediate platforms are to be offset. Offset platforms and ladders are not recommended due to the climber needing to unhook from the ladder safety device at each offset. Can you confirm that a straight run ladder system is acceptable? a. No 53. Sheet 3 — Note 19 state that all pipe above ground shall be new stainless steel pipe cement lined unless shown otherwise. Can you confirm an interior lining of stainless steel piping is not required? a. Stainless steel pipe does not need to be cement lined 54. Sheet 3 — Note 19 states that all steel pipe shall be painted. Can you confirm that stainless steel piping is not required to be painted? a. Stainless Steel does not need to be painted. 55. Sheet 14 — The center elevation of the incoming waterline is shown to be 866.08 corning in over the top of the foundation. The geotechnical reports recommend the foundation bear on top of the limestone, as such we would place the waterline corning in under the foundation. Routing the waterline over the foundation and placing the foundation deeper than required will add considerable rock excavation costs. Can you confirm the water line can be routed under the foundation and we are not required to place the foundation deeper than necessary to allow the waterline to pass over the foundation? a. Waterline can be placed under the foundation with proper clearance and with proper bedding and backfill 56. Sheet 15 — Detail 1 notes that the tank diameter is to be 74'-76' wide. Our standard tank diameter for a 1MG tank with 40' head range is 67.45'. Can you confirm a 67.45' diameter tank is acceptable? ITB 24-0265 Northside IV Elevated Storage..Tank1 Addendum No.2 Page 9 of 10 a. Yes 57. Is Cathodic Protection required? If so, please provide a specification. a. No 58. Do the wage rates listed in the spec include fringes? a. This is the hourly wages that need to be paid. ITS 24-0265 Northside IV Elevated Storage Tank1 Addendum No.2 Page 10 of 10 000515-1 ADDENDA Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with any addenda 7 issued during biddingl 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 0011 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Northside IV Elevated Storage Tank City Project No. 104291 ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, August 15, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7' Floor, Room 745. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https ://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunitie s Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 Northside IV Elevated Storage Tank City Project No. 104291 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1.0 MG AWWA D 107 Composite Elevated Storage Tank, associated site work, and associated yard piping consisting of installation of approximately 150 LF of 16" Water Pipe (restrained joints), and appurtenances. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Proj ect. 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 6, 2024 TIME: 11:00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 Northside IV Elevated Storage Tank City Project No. 104291 00 11 13 INVITATION TO BIDDERS AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES July 18, 2024 July 25, 2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 Page 3 of 3 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic 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: https://apps.fortworthtexas.gov/ProjectResources/ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: https ://apps.fortworthtexas. gov/Proj ectRe sources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%2OREQ UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: http s : //app s . fo rtwo rthtexas . g ov/P ro j e ctRe s ource s/ResourcesP/02 %20 - %20Construction%20Documents/Contractor%20Prequalification/TPW %20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%2OREQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: https : //app s . fo rtwo rthtexas . gov/Proj e ctRe source s/Re source sP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 O Sanitary%20 Sewer%20 Contractor%20Pre qualification%20Program/W S S %20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 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. 4.1.9. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 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 proj ect. 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 electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https: //fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. 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. 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. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https ://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities. 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Northside IV Elevated Storage Tank City Project No. 104291 00 35 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) httos:llwww.ethics. state .tx.usfdatalforms/conflictlCIS.odf Li CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary Li CIS Form does not apply ❑ CIS Form is on File with City Secretary I,d CIS Form is being provided to the City Secretary BIDDER: Landmark Structures I, LP By: Christopher Lamon Signature: Title: CEO of Landmark Structures Management LLC END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Northside IV Elevated Storage Tank City Project No. 104291 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR' Northside IV Elevated Storage Tank City Project No: 104291 Units/Sections: - 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 Revised 9/30/2021 Norihside IV Elevated Storage Tank City Project No. 104291 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 61D 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 - None Per Addendum b. - c. e. - - g. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 480 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {andlor 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 Revised 9/30/2021 Norihside IV Elevated Storage Tank City Project No. 104291 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Pape 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Bid 1 (Items 1-7 & 8A) $0.00 5,418,000 Bid 2 (items 1-7 & 8B) $0.00 5,371,000 Total Bid 7. Bid Submittal This Bid is submitted on August 15 Respectfully -�rbrrlitt By: (Signature) $0.00 2024 by the entity named below. Christopher L.arnon (Printed Name) Title: CEO of Landmark Structures Management LLC Company: Landmark Structures 1, LP Address: 1665 Harmon Road Ft. Worth, Texas 76177 State of Incorporation: Texas Email: estimating@teamlandmark.com Phone: (817) 439.8888 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 91302021 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: 7/29/24 Addendum No. 2: 8/13/24 Addendum No. 3: n � Addendum No. 4: Corporate Seal: Worthsido IV Elevated Storage Tank City Project No. 104291 00 41 00 Bid Proporal Workbookxlsx 00 42 43 BID PROPOSAL Page 1 of SECTION 00 42 43 PROPOSAL FORM LUMP SUM PRICE BID Bidder's Application BASE BID Project Item Information Bidder's Proposal Bidlist Item No. Description Section No. Unit of Measure Bid Quantity Unit Unit Price Bid Value 1 Elevated Storage Tank - Construction of a 1.0 MG Composite Elevated Storage Tank and all appurtenances, foundation, excavation, and any other improvements not specifically identified in the other lump sum items, including all equipment, materials and services required in accordance with the Contract Documents (Excluding Interior Coating System - Altemate Bids 1 and 2) Various LS 1 $4,127,000.00 $4,127,000.00 2 Electrical - Construction and installation of all electrical Improvements including all equipment, materials and coordination with Co -Serve Electric for service line (provided by Co Serve Electric) required in accordance with the Contract Documents Various LS 1 $230,000.00 $230,000.00 3 Instrumentation and Integration - Construction and installation of all control and instrumentation improvements including all equipment and materials required in accordance with the Contract Documents Various LS 1 $175,000.00 $175,000.00 4 Yard Piping - Construction and installation of all yard piping improvements and associated appurtenances including all equipment, materials, and services in accordance with the Contract Documents Various LS 1 $135,000.00 $135,000.00 5 Trench Safety - All trench safety measures related with the construction of the work in accordance with the Contract Documents 33 05 10 LF 200 $5.00 $1,000.00 6 Site Improvements - Construction and installation of all site improvements including site preparation, site grading, fencing, surface restoration, drainage improvements, paving improvements including all equipment, materials, and services in accordance with the Contract Documents Various LS 1 $359,000.00 $359,000.00 7 Construction Allowance N/A LS 1 $100,000.00 $100,000.00 ALTERNATE BID 1* Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 8A Altemate 1: Polyurethane Interior Coating System - Application and installation of interior coating system and any other items not specifically identified in the other lump sum items, including all equipment, materials and services required in accordance with the Contract Documents 09 97 14 LS 1 $291,000.00 $291,000.00 ALTERNATE BID 2* Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 8B Altemate 2: Epoxy Interior Coating System - Application and installation of interior coating system and any other items not specifically identified in the other lump sum items, including all equipment, materials and services required in accordance with the Contract Documents 09 97 14 LS 1 $244,000.00 $244,000.00 Bid Summary Total Bid 1 (Items 1-7 & 8A) $5,418,000.00 Total Bid 2 (Items 1-7 & 8B) *Contractor shall provide a bid price for both Alternate Bid 1 and Alternate Bid 2. The City reserves the right to select the responsible low bidder of either Total Bid 1 or Total Bid 2. END OF SECTION $5,371,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Northside IV Elevated Storage Tank City Project No. 104291 Landmarks -Tx 1802 Ft W - Bid Proposal Workbook (Bonfire) duly authorized agents and officers on this the ATTEST: Benjie Talley, VP of Estimating CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 913072021 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1of2 That we, Landmark Structures I. LP known as "Bidder herein and Fidelity and Deposit Company of Maryland a corporate surety duly authorized to do business in the State of Texas, known as "Surety' herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in 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 submitted a bid or proposal to perform Work for the following project designated as Northside IV Elevated Storage Tank NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by 15th day of August _ , 2023. 24 PRINCIPAL: Landmark Structures 1, LP BY: ( SG L Signature Christopher Lamon, CEO of Landmark Structures Management LLC Name and Title Northside IV Elevated Storage Tank City Project No. 104291 CO 41 00 Bid Proposal WorkbookxI9x 0043 13 BID BOI ID Page 2 of 2 Address: Landmark Structures I, LP 1665 Harmon Road Ft. Worth, Texas 76177 SURETY: Fidelity and Deposit Company of Maryland BY: Signature` Sarah Murtha, Attorney -In -Fact Name and Title Address: Fidelity and Deposit Company of Maryland c/o ZURICH, 1299 Zurich Way, 5th Floor Schaumburg. IL 60196-1056 Witness as to Surety imani Schley Telephone Number: 847.605.6000 Attach Power of Attorney (Surety) for Attorney -in -Fact 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. if Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STAI IDARD CO/ ISTRUCTIO1I SPECIFICATIOI I DOCUMEIITS Revised 0/30/2021 I lortftside IV Elevated Storage Tank City ProleclIlo 104291 00 41 00 Bid Proposal Workbook xlsx This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 29, 2024 Landmark Structures Management, LLC, a Delaware limited liability company and the general partner (the '`General Partner") of Landmark Structures 1, LP, a Texas limited partnership (the "Partnership"), does hereby consent to. adopt. approve and authorize the following resolutions and each and every action effected thereby: WHEREAS. the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lemon and Bret Allan (each, an `'Officer" and together, the "Officers") have been appointed as (a) Chief Executive Officer of the General Partner and (b) Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including. but not limited to. (x) the execution of such agreements, amendments, supplements, reports, documents. instruments, applications, forms. notes or certificates currently unknown but which may be required, (y) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing. (z) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS. for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE. BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered. and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts. do all things, and pay or cause to be paid all liabilities. expenses, and costs as may be by any of them deemed necessary, appropriate. or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt. the Officers acting without the joinder of the other, are authorized as follows: WEIL:19aa05$13WL5o425.do08 (a) To submit bids andlor to negotiate contracts andlor to enter into contracts for an on behalf of Landmark Structures 1, LP: and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified. and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] DocuSign Envelope ID. 4884FA47-7D08-423A-B793-A73B1FA45998 IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE; TO WRITTEN CONSENT OF LANDMARK: STRUCTURES I, LP] ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF AIARY'LAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY. a corporation of the State of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. a corporation of the State of Illinois. and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of lllinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V. Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof. do hereby nominate. constitute. and appoint Kathryn PRYOR, Richard HACKNER, Jonathan GLEASON. Doritza MOJICA. Joshua SANFORD, Nicholas MILLER. Jennifer GODERE. Gentry STEWART. Michelle Anne MCMAHON. Sarah MURTHA. Connor WOLPERT. Amanda P. D ANGELO of Hartford. Connecticut, its true and lawfid agent and Attorney -in -Fact, to make. execute. seal and deliver, for. and on its behalf as surety. and as its act and deed: any and ail bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York. New York_. the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland.. and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARY LAND at its office in Owings Mills. Maryland.. in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies. and is now in force. IN WITNESS WHEREOF. the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN LNSURANCE COMPANY, COLONIAL A.\IERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MIARYLAND. this 08th day of November, A.D. 2023. `�,WrNIrr 1#Y 44. INrlr Iryr: ,� Touas,_-e CP` POOH* i s 6��,4'c_9.0 r qs SFAL ; if 0 SEAL a { P i rl ~r •Y�. ATTEST: +IhI111111,1,,J hr1" yr4rr.ry r ZURICH AMERICAN LNSURA-NCE COMPANY COLONIAL _AMERICAN CASUALTY AND SL"RETY CO\tpA_N\ FIDELITY AND DEPOSIT COMPANY OF MARYLA.ND By: Robert D. Afirn'atr rice President Br: Dawn E. Brot,it Secretary State of Maryland County of Baltimore On this 8th day of November. A.D. 2023. before the subscriber. a Notary Public of the State of Maryland. duly commissioned and qualified. Robert D. Murray. NICE` President and Dann E. Brown. Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of sane, and being by me duly sworn. deposeth and saith. that heishe is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies. and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. Lti TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison GENEVIEVEM. MAISON ?uauc aALTImo% CDUI4 Y MO Mr Cammasm+ E dares J55UARY 27. MS Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8. Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may. by written instrument under the attested corporate seal. appoint attomeys-in-fact wish authority to execute bonds. policies. recognizances. stipulations, undertakings, or other like instruments on behalf of the Company. and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto: and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I. the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. do hereby certify that the foregoing Power of Attorney is still in fitll force and effect on the date of this certificate; and I do further certify that Article V. Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the I5th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May. 1994. and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter. wherever appearing upon a certified copy of any power of attorney issued by the Company. shall be valid and binding upon the Company with the same force and effect as though manually affL' ed. IN TESTIMONY X'j.:�-iEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies. this /gt1 day of.'T-202cI . I( 6 'Warn_ Thomas O. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM LNCLUDLNG THE PRINCIPAL ON THE BOND. THE BOND NUMBER. AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg. IL 60196-1056 rep arts fc l aim sr.zuri c h n a. co m 800-626-4577 Authenticity of this bond can be confirmed at bondyalidator.zurichna.com or 410-559-8790 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH AVISO IMPORTANTE Para obtener informacion o para presenter una queja: Usted puede llamar al numero de telefono gratuito de Zurich North America's para obtener informacion o para presenter una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sabre com- panies, coberturas. derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.Q. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E mail: ConsumerProtection@tdi.texas.gav DISPUTAS POR PRIMAS DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamaciOn, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condition del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 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 our company or our parent company or majority owner is in the State of Texas. VI BIDDER: Landmark Structures I, LP END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC}FICATION DOCUMENTS Revised 9/30/2021 Christopher Lamon, CEO of Landmark By: Structures Management LLC (Signature) Title: Date: August 15, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 41 00 Bid Proposal Workbook.xlsx 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed 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/taxpermit/ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 004511-2 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 Prequalification 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 1 2 3 4 5 6 7 8 9 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 00 45 12 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 Contractor/Subcontractor Company Name Prequalification Expiration Date Facility Work Storage Tanks Landmark Structures LP 4/30/25 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 0 Landmark Structures I, LP 0 0 0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 (Signature) Title: 0 Christopher Lemon, CEO of Landmark Structures Management LLC Date: August 15, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 41 00 Bid Proposal Workbook.xlsx FORT WORTH Date of Balance Sheet SECTION 00 45 13 PREQUALIFICATION APPLICATION Mark only one: Name under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) 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.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept. 3741 SW Loop 820, Fort Worth, TX 76133 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 004513-2 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) nHas fewer than 100 employees and/or nHas less than $6,000,000.00 in annual gross receipts OR nDoes not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 004513-3 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 004513-4 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? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership 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 Northside IV Elevated Storage Tank City Project No. 104291 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 STATE OF COUNTY OF 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 1 2 004526-! CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 104291. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b). as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 Landmark Structures I, LP 13 Company 14 By: Christopher Lamon 15 1665 Harmon Road Signature: 16 Address 17 18 Fort Worth, Texas 76177 Title: LLC 19 City/State/Zip 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 Christopher Lamon . known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of Landmark Structures I, LP for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 33 August , 20 24 34 (Please Print) 40 LINDA E. SANTIAGO My Notary ID # 132344104 Expires February 4, 2028 CEO of Landmark Structures Management 15th (Please Print) day of Notary Public in and for the State-cfTexas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 LANDMARK STRUCTURES Fort Worth, Texas, USA BID TO: City of Fort Worth PROJECT NAME: Northside IV Elevated Storage Tank Project City Project o. 104291 RE: Landmark's Authority to do Business SECTION 00 21 13 INSTRUCTIONS TO BIDDERS, 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided • Landmark is licensed in the following states requiring licensure: State: License: Alabama 19083 — General Contractor Arizona ROC331070 — General Contractor Arkansas 0093380521— Contracting Connecticut MCO.0902073 — Major Contractor Delaware 2010101725 Idaho 039284 — Unlimited —1-4 Public Works Contractor's License Iowa 97563-05 Contractor Registration Certificate Louisiana 37992 — Specialty Contractor Maryland 30877743 — Contractor Mississippi 12781— State Board of Contractors Montana 159181- General Contractor Nebraska 34302 — Contractor Nevada 0083257 - Specialty Contractor - Tanks New Mexico 351086 — Classification GF-07 Tanks & Towers New Jersey 636351— Registered Public Works Contractor North Carolina 49304 — General Contracting North Dakota 30273 — Class A Contractor Oregon 190232 — Commercial General Contractor — Level 1 Rhode Island GC-48260 - Contractor South Carolina G 104724 — General Contracting South Dakota 1020-2121-ET — Contractor's Excise Tax License Tennessee 00046978 — Contractor Utah 11303429-5501 Virginia 2705060747A — Class A Contractor Washington CCLANDMS1959CB — Construction Contractor General West Virginia WV037332 — General Engineering • Landmark is authorized with the Secretary of States in the following jurisdictions: AL, AZ, AR, CA, CO, CT, FL, GA, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, ND, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, PA, SD, SC, TN, TX, VA, VT, WA, WV, WI, WY Corporations Section P.O.Box 13697 Austin. Texas 7871 1-3697 Office of the Secretary of State Certificate of Fact Carlos H. Cascos Secretary of State The undersigned, as Secretary of State of Texas, does hereby certify that the document, Certificate Of Limited Partnership for LANDMARK STRUCTURES I, L.P. (file number 13597710), a Domestic Limited Partnership (LP), was filed in this office on June 14, 2000. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on September 30, 2016. 0 LA U Carlos H. Cascos Secretary of State Phone: (512) 463-5555 Prepared by: SOS -WEB Come visit us an the interpret at littp: •:)vi 'lw. sns.slate.lx, vs.' Fax: (512) 463-5709 Dial: 7-1-1 For Relay Services TID: 10264 Document: 692363280003 1 2 SECTION 00 45 40 Business Equity Goal 004540-1 Business Equity Goal Page 1 of 2 3 4 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 7 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 8 (M/WBEs). 9 10 POLICY STATEMENT 11 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 12 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 13 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 14 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 15 this bid. 16 17 BUSINESS EQUITY PROJECT GOAL 18 The City's Business Equity goal on this project is 6.65% of the total bid value of the contract (Base bid 19 applies to Parks and Community Services). 20 21 METHODS TO COMPLY WITH THE GOAL 22 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 23 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 24 ordinance through one of the following methods: 1. Commercially useful services performed by a 25 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 26 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 27 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 28 contractor Waiver documentation. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 Applicable documents (listed below) must be submitted electronically with the other required bidding 32 documents at the time of the bid under the respective Project via the Procurement Portal: 33 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 34 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 35 exclusive of the bid opening date with the respective Project via the Procurement Portal by 36 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 37 submit required documentation at the time of bid submission. 38 39 The Offeror must submit one or more of the following documents: 40 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 41 2. Letter of Intent, for all M/WBE Subcontractors; 42 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 43 participation is less than stated goal, or no Business Equity participation is accomplished; 44 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 45 all subcontracting/supplier opportunities; or 46 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 47 Protege participation. 48 49 These forms can be accessed at: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 004540-2 Business Equity Goal Page 2 of 2 1 Business Equity Utilization Form and Letter of Intent 2 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 3 Form DVIN 2022 220324.pdf 4 5 Letter of Intent 6 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 7 2021.pdf 8 9 Business Equity Good Faith Effort Form 10 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 11 Form DVIN 2022.pdf 12 13 Business Equity Prime Contractor Waiver Form 14 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 15 Waiver-220313.pdf 16 17 Business Equity Joint Venture Form 18 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 19 Venture_220225 .pdf 20 21 22 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 23 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID 24 REJECTED. 25 26 27 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 28 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 29 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 30 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 31 32 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 33 Department at (817) 392-2674. 34 END OF SECTION 35 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 Northside IV Elevated Storage Tank City Project No. 104291 005243-1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 10/15/2024 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Landmark Structures I, LP authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Northside IV Elevated Storage Tank City Project No. 104291 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Five Million Three Hundred Seventy -One Thousand Dollars ($ 5,371,000.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 480 days < days shown match the days as stated in the M&C> 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 One Thousand Two Hundred Fifty Dollars ($1,250.00) 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No. 104291 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No. 104291 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 any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No. 104291 005243-4 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 2276 of the Texas Government Code, 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 2276 of the Texas Government Code. To the extent that Chapter 2276 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, 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No. 104291 005243-6 Agreement Page 6ot6 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: City of Fort Worth Landmark Structures I, LP By By: 0014;4 William Johnson (N v 19, 2024 15:42 CST) Sign alure William Johnson Assistant City Manager Christopher Lamon (Printed Name) 11 /19/2024 Date CEO of Landmark Structures Management LLC Title Attest: 1665 Harmon Road Address Ft. Worth, Texas 76177 Jannette Goodall, City Secretary City/State/Zip (Seal) October 15, 2024 M&C: 24-0865 Date Date: October 15s 2024 Form 1295:2024-1211326 Contract Compliance Manager: By signing, 1 acknowledge that 1 am the person responsible for the monitoring and administration of this contract. including ensuring all performance and reporting requirements. sou )i Taylor PE Scott Taylor, P.E. Senior Professional Engineer Approved aaseto Form and Legality: Douglas Black (Nov 19, 202415:41 CST) Douglas W. Black Sr. Assistant City Attorney CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8.2023 APPROVAL RECOMMENDED: C%rt t r ffar%r ChtistopherHarder (Nov11,_202415:58CST) Christopher Harder, Director, Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Northside IV Elevated Storage Tank City Project No. 104291 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 SECTION 00 61 13 PERFORMANCE BOND 006113-1 PERFORMANCE BOND Bond No. 6362753 Page 1 of 2 KNOW ALL BY THESE PRESENTS: 8 That we, Landmark Structures I, LP , known as 9 "Principal" herein and Fidelity and Deposit Company of Maryland , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Five Million Three Hundred Seventy -One Thousand Dollars 14 ($ 5.371,000,00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 15 day of October , 2024 , which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as Northside IV Elevated Storage Tank, City Project 23 Number 104291. 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No, 104291 0061 13-2 PERFORMANCE BOND Page 2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 15th day of October 6 ,2024. 7 8 9 10 11 I Signature 13 ATTEST: Christopher Lemon, CEO of LandinarkSiructures.- ; - 14 N/A - Landmark is a Limited Partnership Management LLC 15 PRINCIPAL: Landmark Structures i, LP 16 (Principal) Secretary 17 18 Benjie Talley, VP of Estimating 19 20 21 22 . s to P 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Witness as to urety Imani Schley 38 39 BY: Name and Title Address: Landmark Structures I, LP 1665 Harmon Road Fort Worth, TX 76177 SURETY: Fidelity and Deposit Company of Maryland BY: Signatur Sarah Murtha, Attorney -In -tact Name and Title Address: Fidelity and Deposit Company of Maryiand. c/o ZURICH, 1299 Zurich VTaaC5tb_FIoor Schaumburg, IL 60196-1056 - - Telephone Number: 847.605.6000 Email Address: Elizabeth.Marrero2@wtwco.com 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. 44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Narthsidc IV Elevated Storage Tank City Project No. 104291 This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 29, 2024 Landmark Structures Management, LLC, a Delaware limited liability company and the general partner (the "General Partner") of Landmark Structures I, LP, a Texas limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and Bret Allan (each, an "Officer" and together, the "Officers") have been appointed as (a) Chief Executive Officer of the General Partner and (b) Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (x) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (y) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (z) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: WEI L:19860551314150425.0006 (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures I, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] DocuSign Envelope ID: 4B84FA47-7608-423A-B793-A7381 FA45998 IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership. has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: �oonulgn.d by: ( nsiopix JA*6116 Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRITTEN CONSENT OF LANDMARK STRUCTURES I, LP] 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 00 61 14- 1 PAYMENT BOND Page I of 2 Bond No. 6362753 KNOW ALL BY THESE PRESENTS: 8 That we, Landmark Structures I, LP , known as 9 "Principal" herein, and Fidelity and Deposit Company of Maryland , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 13 sum of Five Million Three Hundred Seventy -One Thousand Dollars 14 ($ 5,371,000.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 15 day of October , 20 24 , which Contract is hereby referred to and made 20 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 and other accessories as defined by law, in the prosecution of the Work as provided for in said 22 Contract and designated as Northside IV Elevated Storage Tank, City Project Number 104291. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8.2023 Northside IV Elevated Storage Tank City Project No. 104291 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 15th day of 3 October , 20 24 . 4 ATTEST: PRINCIPAL: Landmark Structures I, LP BY: iggnature _ Christopher Lamon. CEO of LandrrrarlrSt!uctures- N/A - Landmark is a Limited Partnership Management LLC = - (Principal) Secretary Name and Title Benjie Talley, VP of Estimating ATTEST: (Surety) Ally Nardini, Witness Witness as to Surety Imani Schley Address: Landmark Structures I, LP 1665 Harmon Road Fort Worth, TX 76177 SURETY: Fidelity and Deposit Company of Maryland Sarah Murtha, Attorney-%rt`fact= Name and Title Address: Fidelity and Deposit Company of Maiyland- c/o ZURICH, 1299 Zurich Wav, Sth Floar- Schaumburg, IL 60196-1056 Telephone Number: 847.605.6000 Email Address: Elizabeth.Marrero2@wtwco.com 5 6 Note: if signed by an officer of the Surety. there must be on file a certified extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is 8 different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8. 2023 Northsidc IV Elevated Storage Tank City Project No. 104291 This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 29, 2024 Landmark Structures Management, LLC, a Delaware limited liability company and the general partner (the "General Partner") of Landmark Structures I, LP, a Texas limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and Bret Allan (each, an "Officer" and together, the "Officers") have been appointed as (a) Chief Executive Officer of the General Partner and (b) Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (x) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (y) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (z) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: WE I L:19860551 341150425.0006 (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures 1, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] DocuSign Envelope ID: 4B84FA47-7D08-423A-B793-A73B1 FA45998 IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC �noe $ o.d by: (�cYiS[a�u.r ta"t Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRITTEN CONSENT OF LANDMARK STRUCTURES I, LP] 2 SECTION 00 61 19 MAINTENANCE BOND 006119-1 MAINTENANCE BOND Page 1 of 3 Bond No. 6362753 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Landmark Structures 1, LP , known as 9 "Principal" herein and Fidelity and Deposit Company of Maryland , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein. in the sum 13 of Five Million Three Hundred Seventy -One Thousand Dollars (5 5,371 ,000.00 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 15 day of October , 2024 which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 23 provided for in said contract and designated as Northside IV Elevated Storage Tank, City Project 24 Number 104291; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8.2023 Northside IV Elevated Storage Tank City Project No. 104291 0061 19-2 MAINTENANCE BOND Page 2 of 3 I NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northside IV Elevated Storage Tank City Project No. 104291 00 61 19 -3 MAINTENANCE BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 15th day of October 3 .2024 . 4 5 6 7 8 9 10 11 ATTEST: 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 N/A - Landmark is a Limited Partnership (Principal) Secretary Benjie Talley, VP of Estimating ATTEST: (Surety)X*CX4k ( Ally Nardini, Witness PRINCIPAL: Landmark Structures 1, LP BY: Signature Christopher Lamon, CEO of Landmark Structures-- Management LLC Name and Title Address: Landmark Structures I, LP 1665 Harmon Road Fort Worth, TX 76177 SURETY: Fidelity and Deposit Company of Maryland BY: Signature _ — - Sarah Murtha, Attorney -In -Fact Name and Title Address: Fidelity and Deposit Company of Matyland c/o ZURICH, 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 Witness as to Surety Imani Schley Telephone Number: 847.605.6000 Email Address: Elizabeth.Marrero2@wtwco.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Northsidc IV Elevated Storage Tank City Project No. 104291 This Written Consent is applicable to all corporate signatures provided within WRITTEN CONSENT OF THE GENERAL PARTNER OF LANDMARK STRUCTURES I, LP April 29, 2024 Landmark Structures Management, LLC, a Delaware limited liability company and the general partner (the "General Partner") of Landmark Structures I, LP, a Texas limited partnership (the "Partnership"), does hereby consent to, adopt, approve and authorize the following resolutions and each and every action effected thereby: WHEREAS, the General Partner is authorized under the Amended and Restated Limited Partnership Agreement of Landmark Structures I, LP, dated April 12, 2022, to manage the business and affairs of the Partnership and execute and deliver any document on behalf of the Partnership; and WHEREAS, Christopher Lamon and Bret Allan (each, an "Officer" and together, the "Officers") have been appointed as (a) Chief Executive Officer of the General Partner and (b) Chief Financial Officer of the General Partner, respectively, and have been authorized and empowered to take all such further actions, including, but not limited to, (x) the execution of such agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently unknown but which may be required, (y) the execution of such changes and additions to any agreements, amendments, supplements, reports, documents, instruments, applications, forms, notes or certificates currently existing, (z) the delivery and filing (if applicable) of any of the foregoing on behalf of the General Partner. WHEREAS, for the avoidance of doubt, the General Partner wishes to confirm authority to each of the Officers to take such action without the necessity of the joinder of the other in submitting bids and negotiating contracts and entering into contracts on behalf of Landmark Structures I, LP. NOW, THEREFORE, BE IT RESOLVED, that for the avoidance of doubt, the Officers be, and each hereby is, authorized, empowered, and directed, for and on behalf of the General Partner, to execute and deliver any and all documents or instruments, perform all acts, do all things, and pay or cause to be paid all liabilities, expenses, and costs as may be by any of them deemed necessary, appropriate, or advisable in order to carry out the purposes of the Partnership; FURTHER RESOLVED, for the avoidance of doubt, the Officers acting without the joinder of the other, are authorized as follows: W EI L:198605513N4\50425.0006 (a) To submit bids and/or to negotiate contracts and/or to enter into contracts for an on behalf of Landmark Structures I, LP; and (b) To execute and deliver such documents and to take such actions as he considers necessary or advisable to give effect to this resolutions and the transactions provided for herein. FURTHER RESOLVED, that all actions of the Officers, taken on behalf of the Partnership, prior to the date hereof that would have been authorized by these resolutions but for the fact that such actions were taken prior to the date hereof, be, and hereby are, approved, authorized, adopted, ratified, and confirmed in all respects as the actions of the Partnership. [The remainder of this page is intentionally left blank.] DocuSign Envelope ID: 4B84FA47-7D08-423A-B793-A73B1 FA45998 IN WITNESS WHEREOF, the undersigned, being the General Partner of the Partnership, has executed this written consent and made it to be effective as of the date written above. GENERAL PARTNER: LANDMARK STRUCTURES MANAGEMENT LLC By: La: C StI Name: Christopher Lamon Title: Chief Executive Officer [SIGNATURE PAGE TO WRITTEN CONSENT OF LANDMARK STRUCTURES I, LP] ZURICH AMERICAN LNSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY. a corporation of the State of New York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois. and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by Robert D. Murray, Vice President, in pursuance of authority granted by Article V. Section 8, of the By -Laws of said Companies. which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Kathryn PRYOR. Richard HACKNER. Jonathan GLEASON, Doritza MOJICA, Joshua SANFORD, Nicholas MILLER, Jennifer GODERE, Gentry STEWART, Michelle Anne MCMAHON, Sarah MURTHA. Connor WOLPERT, Amanda P. D ANGELO of Hartford, Connecticut, its true and lawful agent and Attorney -in -Fact. to make. execute. seal and deliver. for, and on its behalf as surety. and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills. Maryland.. and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.. in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8. of the By -Laws of said Companies. and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 08th day of November. A.D. 2023. ,,.,,,"s,,,tiy.� too,,,, 4' de0 'Fi.fc r••' 9pPOR* ��'i °�Sfe Q.POq4��'; ° SEAL"' w SEAL � SEAL m P s ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONL&L AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Drrtrrt E. Brow, Secretary State of Maryland County of Baltimore On this 8th day of November. A.D. 2023. before the subscriber. a Notary Public of the State of Maryland. duly commissioned and qualified. Robert D. Murray. vice President and Dawn E. Brown, Sect•etary of the Companies. to me personally known to be the individuals and officers described in and who executed the preceding instrument. and acknowledged the execution of same. and being by me duly sworn. deposed" and saith. that he/she is the said officer of the Company aforesaid. and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto se my hand and affixed my Official Seal the day and year first above written. Genevieve M. parson GENEVIEVE M. MAISON NOTARY PUBLIC BALTIMORE COUNTY. MD t.y Commamn Ewes JANUARY21.2025 Authenticity of this bond can be confirmed at bonds alldator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V. Section 8. Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may. by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds. policies. recognizances, stipulations, undertakings, or other like instruments on behalf of the Company. and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto: and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. do hereby certify that the foreeoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the I5th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May. 1994. and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President. Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seals of the said Companies. this 15th day of October , 2024 . -67? e Platixt Thomas O. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON TIEIE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reportsfclaims(a:zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH AVISO IMPORTANTE Para obtener informacion o para presenter una queja: Usted puede !lamer al numero de telefono gratuito de Zurich North America's para obtener informacion o para presenter una queja al: 1.800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panies, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamation, usted debe comunicarse con la companfa primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condition del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 Disclosure Statement ZURICH NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION If you want to learn more about the compensation Zurich pays agents and brokers visit: https://www.zurichna.com/producercompensation or call the following toll -free number: (866) 903-1192. This Notice is provided on behalf of Zurich American Insurance Company and its underwriting subsidiaries. U-GU-874-B CW (02123) Page 1 of 1 006125-1 CERTIFICATE OF INSURANCE 1 2 3 4 SECTION 00 61 25 CERTIFICATE OF INSURANCE Page 1 of 1 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insuranceform.] 8 9 I0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 NAMED INSURED: Landmark Fabrication LP POLICY NUMBER: 46UEABESAEF THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION IV This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Designated Project(s) Or Location(s) Of Covered Operations: All, except Additional Insureds that are insured under a separate additional insured endorsement on this policy All, except Additional Insureds that are insured under a separate additional insured endorsement on this policy Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. With respect to those person(s) or organization(s) shown in the Schedule above when you have agreed in a written contract or written agreement to provide insurance such as is afforded under this policy to them, Subparagraph f., Any Other Party, under the Additional Insureds When Required By Written Contract, Written Agreement Or Permit Paragraph of Section II — Who Is An Insured is replaced with the following: f. Any Other Party Any other person or organization who is not an insured under Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of: (1) Your ongoing operations performed for such additional insured at the project(s) or location(s) designated in the Schedule; (2) Premises owned by or rented to you and shown in the Schedule; or (3) "Your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products -completed operations hazard", Form HS 24 83 07 13 but only if: (a) The written contract or written agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products - completed operations hazard". The insurance afforded to the additional insured shown in the Schedule applies: (1) Only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: (a) During the policy period; and (b) Subsequent to the execution of such written contract or written agreement; and (c) Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Page 1 of 2 © 2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) (2) Only to the extent permitted by law; and (3) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to the person(s) or organization(s) that are additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; or (2) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shown in the Schedule are described in the Limits Of Insurance section. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions, except as otherwise amended below. B. With respect to insurance provided to the person(s) or organization(s) that are additional insureds under this endorsement, the When You Add Others As An Additional Insured To This Insurance subparagraph, under the Other Insurance Condition of Section IV — Commercial General Liability Conditions is replaced with the following: When You Add Others As An Additional Insured To This Insurance (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does not apply to other insurance to which the additional insured in the Schedule has been added as an additional insured. (b) Primary And Non -Contributory To Other Insurance When Required By Contract This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (i) The additional insured in the Schedule is a Named Insured under such other insurance; and (ii) You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured in the Schedule. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. (c) Page 2 of 2 Form HS 24 83 07 13 NAMED INSURED: Landmark Fabrication LP POLICY NUMBER: 46UEABE8AEF COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 NAMED INSURED: Landmark Fabrication LP POLICY NUMBER: 46UEABE8AEF THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Form IH 03 07 06 11 Page 1 of 1 © 2011, The Hartford NAMED INSURED: Landmark Fabrication LP POLICY NUMBER: 46UEAKQ1988 COMMERCIAL AUTOMOBILE HA99161221 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED Paragraph .1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add the following: d. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: (1) Any legal business entity other than a partnership or joint venture, formed as a subsidiary in which you have an ownership interest of more than 50% on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. (2) Any organization that is acquired or formed by you and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (a) That is a partnership or joint venture, (b) That is an "insured" under any other policy, (c) That has exhausted its Limit of Insurance under any other policy, or (d) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization. e. Employees as Insureds (1). Any "employee" of yours while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. f. Lessors as Insureds (1). The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (a) The agreement requires you to provide direct primary insurance for the lessor and (b) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. Additional Insured if Required by Contract (1) When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your business auto policy, such person or organization is an "insured", but only to the extent such person or organization is liable for "bodily injury" or "property damage" caused by the conduct of an "insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership, maintenance or use of a covered "auto." The insurance afforded to any such additional insured applies only if the "bodily injury" or "property damage" occurs: g• (a) During the policy period, and (b) Subsequent to the execution of such written contract, and Form HA 99 16 12 21 © 2021, The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) Page 1 of 5 (c) Prior to the expiration of the period of time that the written contract requires such insurance be provided to the additional insured. (2) How Limits Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: (a) The limits of insurance specified in the written contract or written agreement; or (b) The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. (3) Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non- contributory with the additional insured's own insurance. (4) Duties in The Event Of Accident, Claim, Suit or Loss If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the additional insured shall be required to comply with the provisions in LOSS CONDITIONS 2. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM , SUIT OR LOSS — OF SECTION IV — BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. 2. Primary and Non -Contributory if Required by Contract Only with respect to insurance provided to an additional insured in A.1.g. - Additional Insured If Required by Contract, the following provisions apply: (1) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (2} Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (1) and (2) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self - insured amounts under all that other insurance. We will share the remaining loss, if any, by the method described in SECTION IV - Business Auto Conditions, B. General Conditions, Other Insurance 5.d. 3. AUTOS RENTED BY EMPLOYEES Any "auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. The SECTION IV- Business Auto Conditions, B. General Conditions, 5. OTHER INSURANCE Condition is amended by adding the following: e. If an "employee's" personal insurance also applies on an excess basis to a covered "auto" hired or rented by your "employee" on your behalf and at your direction, this insurance will be primary to the "employee's" personal insurance. Page 2 of 5 Form HA 99 16 12 21 4. AMENDED FELLOW EMPLOYEE EXCLUSION EXCLUSION 5. - FELLOW EMPLOYEE - of SECTION II - LIABILITY COVERAGE does not apply if you have workers' compensation insurance in -force covering all of your "employees". Coverage is excess over any other collectible insurance. 5. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire or borrow, subject to the following limit. The most we will pay for "loss" to any hired "auto" is: (1) $100,000; (2) The actual cash value of the damaged or stolen property at the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage coverage is excess over any other collectible insurance. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss, subject to a maximum of $1000 per "accident". This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. 6. PHYSICAL DAMAGE - ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to provide a limit of $50 per day and a maximum limit of $1,000. 7. LOAN/LEASE GAP COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, in the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the "loss" and the "outstanding balance" of the loan/lease. "Outstanding balance" means the amount you owe on the loan/lease at the time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; lease termination fees; security deposits not returned by the lessor; costs for extended warranties, credit life Insurance, health, accident or disability insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 8. AIRBAG COVERAGE Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. 9. ELECTRONIC EQUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs B.4 - EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto"; (2) Removable from a housing unit which is permanently installed in or upon the covered "auto"; An integral part of the same unit housing any electronic equipment described in Paragraphs (1) and (2) above; or (4) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. b. Section III, Physical Damage Coverage, Limit of Insurance, Paragraph C.2. is amended to add the following: $1,500 is the most we will pay for "loss" in any one "accident" to all electronic equipment (other than equipment designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: (3) Form HA 99 16 12 21 Page 3 of 5 (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or (3) An integral part of such equipment. c. For each covered "auto", should loss be limited to electronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen electronic equipment will be reduced by the applicable deductible shown in the Declarations, or $250, whichever deductible is less. 10. EXTRA EXPENSE - BROADENED COVERAGE Under Paragraph A. - COVERAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 11. GLASS REPAIR - WAIVER OF DEDUCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. 12. TWO OR MORE DEDUCTIBLES Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: If another Hartford Financial Services Group, Inc. company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", the following applies: (1) If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible, it will be waived; (2) If the deductible under this Business Auto Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. 13. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 15. HIRED AUTO - COVERAGE TERRITORY SECTION IV, BUSINESS AUTO CONDITIONS, PARAGRAPH B. GENERAL CONDITIONS, 7. - POLICY PERIOD, COVERAGE TERRITORY - is added to include the following: (6) For short-term hired "autos", the coverage territory with respect to Liability Coverage is anywhere in the world provided that if the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is determined in a "suit," the "suit" is brought in the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. 16. WAIVER OF SUBROGATION Paragraph 5. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - of SECTION IV - BUSINESS AUTO CONDITIONS A. Loss Conditions is amended by adding the following: We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages under this Coverage Form. 17. RESULTANT MENTAL ANGUISH COVERAGE The definition of "bodily injury" in SECTION V- DEFINITIONS, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or death resulting from any of these. 18. EXTENDED CANCELLATION CONDITION Paragraph 2. of the COMMON POLICY CONDITIONS - CANCELLATION - applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. Page 4 of 5 Form HA 99 16 12 21 19. HYBRID, ELECTRIC, OR NATURAL GAS VEHICLE PAYMENT COVERAGE In the event of a total loss to a "non -hybrid" auto for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a. If the auto is replaced with a "hybrid" auto or an auto powered solely by electricity or natural gas, we will pay an additional 10%, to a maximum of $2,500, of the "non -hybrid" auto's actual cash value or replacement cost, whichever is less, b. The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of "loss," c. Regardless of the number of autos deemed a total loss, the most we will pay under this Hybrid, Electric, or Natural Gas Vehicle Payment Coverage provision for any one "loss" is $10,000. For the purposes of the coverage provision, a. A "non -hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. b. A "hybrid" auto is defined as an auto with an internal combustion engine and one or more electric motors; and that uses the internal combustion engine and one or more electric motors to move the auto, or the internal combustion engine to charge one or more electric motors, which move the auto. 20. VEHICLE WRAP COVERAGE In the event of a total loss to an "auto" for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended to add the following: In addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage provision for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. Form HA 99 16 12 21 Page 5 of 5 NAMED INSURED: Landmark Fabrication LP POLICY NUMBER: 46UEAKQ1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED CERTIFICATE HOLDER SCHEDULE Number of Days Notice: 30 Part A: Part B: Part C: Name of Certificate Holder: Mailing Address: This policy is subject to the following additional Conditions when a number of days are shown in the Schedule for any of the above Parts. A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided to the certificate holder in the Schedule, at least the number of days in advance of the cancellation effective date, as shown in Part A. B. If this policy is cancelled by the Company for nonpayment of premium, notice of such cancellation will be provided to the certificate holder in the Schedule within the number of days notice of the cancellation effective date, as shown in Part B. C. If this policy is cancelled by the insured, notice of such cancellation will be provided to the certificate holder in the Schedule, within the number of days notice of the cancellation effective date, as shown in Part C. If notice is mailed, proof of mailing notice to the certificate holder's mailing address as shown in the Schedule will be sufficient proof of notice. If the number of days notice in the Schedule for any Part is left blank or is shown as zero, no notice will be provided to the Scheduled certificate holder under that Part. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Form IH 03 08 06 11 Page 1 of 1 ©2011, The Hartford THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 46WEAAT1NH4 Endorsement Number: Effective Date: 7/14/2024 Effective hour is the same as stated on the Information Page of the policy. 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 1. ( ) Special Waiver Name of person or organization 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 (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Form WC 42 03 04 B Printed in U.S.A. Policy Expiration Date: 7/14/2025 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number: 46WEAAT1NH4 Endorsement Number: Effective Date: 7/14/2024 Effective hour is the same as stated on the Information Page of the policy. This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. Form WC 99 03 94 Printed in U.S.A. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. © 2011, The Hartford Policy Expiration Date: 7/14/2025 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 46WEAAT1NH4 Endorsement Number: Effective Date: 7/14/2024 Effective hour is the same as stated on the Information Page of the policy. 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. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Any person or organization for whom you are required by contract or agreement to obtain this waiver from us. Endorsement is not applicable in KY, NH, NJ or for any MO construction risk Countersigned by Authorized Representative Form WC 00 03 13 Printed in U.S.A. Process Date: Policy Expiration Date: 7/14/2025 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number: 46WEAAT1NH4 Endorsement Number: Effective Date: 7/14/2024 Effective hour is the same as stated on the Information Page of the policy. 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization for whom you are required by written contract or agreement to obtain this waiver of rights from us Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Policy Expiration Date: 7/14/2025 NAMED INSURED: Landmark Structures I, LP POLICY NUMBER: 46UEAKQ1988 COMMERCIAL AUTO CA99481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTION LIABILITY - BROADENED COVERAGE FOR COVERED AUTOS - BUSINESS AUTO AND MOTOR CARRIER COVERAGE FORMS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Covered Autos Liability Coverage is changed as follows: 1. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or agreement. 2. With respect to the coverage afforded by Paragraph A.1. above, Exclusion B.6. Care, Custody Or Control does not apply. B. Changes In Definitions For the purposes of this endorsement, Paragraph D. of the Definitions Section is replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or 2. Any claim or "suit" by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of "pollutants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. CA99481013 © Insurance Services Office, Inc., 2011 Page 1 of 1 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.J 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 6 Article 2 — 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 Article 5 — 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 19 6.01 Supervision and Superintendence 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 - Changes in the Work; Claims; Extra Work 38 10.01 Authorized Changes in the Work 38 10.02 Unauthorized Changes in the Work 39 10.03 Execution of Change Orders 39 10.04 Extra Work 39 10.05 Notification to Surety 39 10.06 Contract Claims Process 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 Article 16 - Dispute Resolution 61 16.01 Methods and Procedures 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 — 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made 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 Proj ect. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City' s own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemni 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 Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnf any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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. 1. "Or -Equal" Items: If in City' s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City' s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City' s sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A. 1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City' s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City' s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnf and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal, Contractor is required to comply with the intent of the City's MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City' s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be 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 agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. 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 indemnf 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 resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay 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 obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: https://comptroller.texas.gov/taxes/permit/ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 indemn 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 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City' s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City' s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City' s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION Old NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor' s Work. Contractor' s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor' s Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City' s Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City' s Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations jbr Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor' s written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 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 11.01.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.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A. 1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction 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 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 Final Inspection A. Upon written notice from Contractor that the entire Work is Sub s t a n t i ally Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work . B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor' s failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS 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 effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 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.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.O1A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 7/10/2024. Two Utility Easements for electrical power supply have not been acquired. Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 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 7/10/24: EXPEC 1'ED OWNER UTILITY AND LOCATION TARGET DAI'E OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Report No. W232541, dated October 19, 2023, prepared by Alpha Testing, Inc., a sub -consultant of Neel -Schaffer, Inc., a consultant of the City, providing additional information on geotechnical exploration for a 1.0 to 1.5 MG Elevated Water Tank off CR 4840 in Fort Worth, TX. 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: Neel -Schaffer, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease - policy limit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 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. 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: $Confirm Limits with Railroad (2) Each Occurrence: $Confirm Limits with Railroad Required for this Contract X Not required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 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 A., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: A copy of the table is also available by accessing the City's website at: httus://auus.fortworthtexas.gov/ProiectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. TCEQ 2. FAA 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 7/10/24: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Scott Taylor, or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None SC-11.03, "Unit Price Work" Many of the technical specifications reference measurement and payment by unit (square yard, linear foot, each, etc.) prices. All such references will not be used in this contract and are hereby deleted. All payment for this contract shall be made using the lump sum pay items in the Proposal Form. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Northside IV Elevated Storage Tank City Project No. 104291 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 Northside IV Elevated Storage Tank City Project No. 104291 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART 1- GENERAL 1.1 SUMMARY Page 1 of 3 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 01 11 00 -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] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 012500-1 SUBSTITUTION PROCEDURES SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1- GENERAL 1.1 SUMMARY Page 1 of 4 A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 013119-1 PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1- GENERAL Page 1 of 3 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Northside IV Elevated Storage Tank City Project No. 104291 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience P. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Northside IV Elevated Storage Tank City Project No. 104291 01 31 19 -3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Northside IV Elevated Storage Tank City Project No. 104291 013120-1 PROJECT MEETINGS SECTION 01 31 20 PROJECT MEETINGS PART 1- GENERAL 1.1 SUMMARY Page 1 of 3 A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No.104291 01 31 20 -3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 32 16 CONSTRUCTION SCHEDULE Page 1 of 10 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 01 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 01 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 1. Schedule Framework - The schedule will be based on the defined scope of work 2 and follow the (Critical Path Methodology) CPM method. The Contractor's 3 schedule will align with the requirements of this specification and will be cost 4 loaded to reflect their plan for execution. Compliance with cost loading can be 5 provided with traditional cost loading of line items OR a projected cost per 6 month for the project when the initial schedule is submitted, updated on a 7 quarterly basis is significant change is anticipated. Overall schedule duration 8 will align with the contractual requirements for the respective scope of work and be 9 reflected in City's Master Project Schedule. The Project Number and Name of the 10 Project is required on each schedule and must match the City's project data. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City's project number followed by the name of the project followed by baseline (if 15 a baseline schedule) or the year and month (if a progress schedule), as shown below. 16 17 • Baseline Schedule File Name 18 Format: City Project Number_Project Name_Baseline 19 Example: 101376_North Montgomery Street HMAC_Baseline 20 21 • Progress Schedule File Name 22 Format: City Project Number_Project Name_YYYY-MM 23 Example: 101376_North Montgomery Street HMAC_2018_01 24 25 • Project Schedule Progress Narrative File Name 26 Format: City Project Number_Project Name_PN_YYYY-MM 27 Example: 101376_North Montgomery Street HMAC_PN_2018_01 28 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule. Specifically, the Contractor's schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below. 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks (later) 39 • Quiet Zones (later) 40 • Street Lights (later) 41 • Intersection Improvements (later) 42 • Parks 43 • Storm water 44 • Street Maintenance 45 • Traffic 46 • Water 47 48 G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No: 104291 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 review and acceptance as described in Section 1.5 below. Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed, unless 6 otherwise approved by the Program Manager. 7 8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3. The changes in logic or durations approved by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for a new activity(s) 13 added to the schedule for the Change Order includes the Change Order number in the 14 Activity ID. Use as many activities as needed to accurately show the work of the 15 Change Order. Revisions to the baseline schedule are not effective until accepted by 16 the City. 17 18 19 20 21 22 23 24 25 26 27 28 29 K. City's Work Breakdown Structure WBS Code WBS Name Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.3 0.60. 10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve 30 XXXX.40 ROW & Easements 31 XXXXXX.40. 10 ROW Negotiations 32 XXXXXX.40.20 Condemnation 3370 Utility Relocation 34 XXXXXX.70. 10 Utility Relocation Co-ordination 35.80 Construction 36 XXXXXX.80.81 Bid and Award 37 XXXXXX.80.83 Construction Execution 38 XXXXXX.80.85 Inspection 39 XXXXXX.80.86 Landscaping 40 XXXX.90 Closeout 41 XXXXXX.90. 10 Construction Contract Close-out 42 XXXXXX.90.40 Design Contract Closure 43 L. City's Standard Milestones 44 The following milestone activities (i.e., important events on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the project 46 schedule for all phases of work. 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls or 7 .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No.104291 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE 1 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 6 Page 10 of 10 Revision Log DAIL NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 1 2 SECTION 01 32 16.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 01 32 16 Construction Schedule for details and requirements regarding the 9 Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 Data Date : 30-Mar-18 FORT WORTH 0 0 - • • Ca11'-01B - Neighborhood Street Construction Baseline Schedule Example fl o� y 2 2 2 . a `c' 0/ a m �S c ns co g @ a }L5' 2 d U y 3 fii C c. c. .� a n F b n a pF@ $ i - 2 54 10 x MGM' MMi'M,'11 yyTJ$ yy�� �+ 572f 5��{ $ i w 3i C', V x O A F g o'b o. .. .. .. .. m _ W i? 9P W i." 4 4- C Q F r t P. w m 8, 8, ,{¢ -1 d '' .g g d c4 C ,K�y P 7?* �v A I e' A S 4 5.4 .'!! �f . d N. A U- re m co co encd W 0 [G cf• W W w 7y w w w oo opl o, .b W^ m en cc m o c C C .W 3 3 iS� 3i +Si •Si 6 Jk ,A 1,_ C �- .� Y.', Fv' a o r i -S ry a q XV 04 N '•r' g , s s - E i n r! R N b, F e H g¢ S ce .a ' 0 .� �rs .e p 2 m ;� b E o. p I`n m RFs u Project Schedule Actual Work • • Mibstane © Remains... MEM Remaining Work • • Critical Mieztone ill+ Actual Lev_ Crtical Remainng Work • • Comphted Milestone Project Ba... rCFVV- Integrated Program CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 Data Date : 30-Mar-18 FORT WORTH EP 0 Ca11'-01 B - Neighborhood Street Construction Baseline Schedule Example fl n oS 1< ri a i •r-- r� r= r- e:i c o 0 0 ii. �i �� ui �:ll�� b b a O:c. .. .. .. .. .. .. .. .. ..- Project Schedule ActuallAJork • • Milestone wRemains... Remaining Work • • Critical Mieztane Imi+ Actual Lev... Crtical Remaining Work • • Compbted Milestone Project Be... PEmil -.lug F Igo- C18.39 p Ste4 arrp49 Street 3 Water 3 Stan II ▪ v+e was wrisamm. -en; ?6-rnp kzrar Awing Ex yskan S2i :3fa:p¢atrui Peang 3l8C F-tWcOg -. 230 Ci989 up 330C SttR 3 Carpele Stoat 4 — —_ Water 8 Storm — , [. "ex,: woe. ▪ Le? 9" N• er 3rIQ Sebi016 333C. -en: Far" 1, Raw 33-0C LET+ .?" L rms1,-8,184.4.41Z48midSehtas Aavhg 7C E.�valief �_ 338C SlatitrNTn 339C panng rCFW - Integrated Program CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 Data Date : 30-Mar-18 FORT WORTH q 0 i Ca11'-0113 - Neighborhood Street Construction Baseline Schedule Exaniple z 0 , .. 1 R 0 c = _ 0. . , g N �, v Q c 0 rl 1- k; ,+3 : 4 C. o - &! _ Project Schedule a .. ... .+ 61 • - G I ? r cf . u. fi `g. c. n Y in L, i Iq lrn Q 0 • .$$b o - P Actual Work • • Milestone = Remains... MIN Remaining Work • • Critical Mione ■r Actual Lev.., Crtical Remainng Work • • Completed Milestone Project Ba... 4 9 a It Eg+Agil 1 t3 g 3, 7. v 4 F g m U 'ry% - j 4 8 4 p f , e, h L rCFW - Integrated Program CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291] 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 1 of 5 1 SECTION 01 32 16.2 2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE - PROGRESS EXAMPLE Page 2 of 5 Data Date: 30-Apr-18 f FORT WORTH �_________. —i— F -� _ 1_ .d^ i C IP-01P - Neighborhood Street Construction Progress Schedule Example - e, LJ �� w ad 2 r •. 4 to i. k i� W it .� ry r� rr � � �� ry ry rr ry it r� ev v •v N i 1 .a ry .� ®Y yv� _ ' $ m x F C< 4 < < < < C 4cu s3 r AOAoodt 074A,0A7.,-7;0d 7, ; ':.i '''A 7's 75 7, 7, i. i. i -* i. - '';. '.,.: v 1 j H x it L° is.6I6 es 72's ;I 11' 7 : 1 _rLs1� ee 6i R G 6 a . -. _L°' '',In 'it', I I Project Schedule Actual Work • • Mibstane © Remains... MI Remaining Work • • Critical Miestone Actual Lev... Critical Remaining Work • • Comphted Milestone Project Ba... E 7n 5 0 m L m cn a e 6 2 u '8 cm d v v '- era s k 11 n <o NI L -p 1$ �? t I F ' 'g ;` Gi a R 10 m fi •i a n, : i,- V 61 4 @ I. 5 a -.A' e 9-- } u r rr � ji � G. 8 rCFW - Integrated Program CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 5 Data Date: 30-Apr-18 7r-- a 4 FORT WORTH --- -- ..--.---i • '-- C IP-01P - Neighborhood Street Construction Progress Schedule Example = nm k 0 r- ..,m.r.�n.�''� is a C. m m m 4yi S b d x cc o, r. 6- . g q" b ,dp ax d [,' 't M F .a r- ,- fd rr''..7m q t- g"i. is 1 m ', ¢b mh m� d � 1 a„,� r}"� m P t i' k Y is a] •d' — `4 pp 1- x i is is• •a, u.. , ; '?? a -6 tl Ali �1r ,¢ N ¢• m ,v <� .s a. 7 :., "�. bn m ig ' m a-, m_q m_{ L^ P! - cfi -, - t+ ,a W;�4ppr;� n �, ,a 4 14 v, y w ct. u, 1 u8� L m mt [i `, ch ,5 ,Q icy i L� JI cu .-a �n f 2q i 7 0 J'•b 7 -g o• T � FS /, Z •.•4 7 , 4 ww�����g. -g II a-m m w ,.. g �f p f m r 4 N� 'h fV ivi'ra m rn to �p• I m: m_ h r4 g Q b c. F. G eP gg Project Schedule Actual Work • • Milestone wml Remains... Remaining Work • • Critical Miestone ion Actual Lev... Crtical Remaining Work • • Completed Milestone Project Ba... - t m a Y Ln & Q ,t'i n - iii ZU I y s 3 iw ` I a. i�r. T. . ,i t i- in v• * - V n `v ,� t t• — I F. p 4 3 n2 r rCF\N- Integrated Program CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 5 Data Date: 30-Apr-18 Project Schedule CFW - Integrated Program ms 1 4 0 0 -O �kdy' d d t r S 1- g v � • Milestone • Critical Mieane • Compbted Milestone CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 32 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 01 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 Northside IV Elevated Storage Tank City Project No. 104291 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 013233-2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY 013300-1 SUBMITTALS Page 1 of 8 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 1 linches. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 013513-1 SPECIAL PROJECT PROCEDURES 1 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 01 35 13 SPECIAL PROJECT PROCEDURES Page 1 of 8 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Use of Explosives, Drop Weight, Etc. 12 e. Water Department Notification 13 f. Public Notification Prior to Beginning Construction 14 g. Coordination with United States Army Corps of Engineers 15 h. Coordination within Railroad permits areas 16 i. Dust Control 17 j. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage -type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA's Permit Required for 16 Confined Spaces 17 D. Use of Explosives, Drop Weight, Etc. 18 1. When Contract Documents permit on the project the following will apply: 19 a. Public Notification 20 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 21 prior to commencing. 22 2) Minimum 24 hour public notification in accordance with Section 01 31 13 23 E. Water Department Coordination 24 1. During the construction of this project, it will be necessary to deactivate, for a 25 period of time, existing lines. The Contractor shall be required to coordinate with 26 the Water Department to determine the best times for deactivating and activating 27 those lines. 28 2. Coordinate any event that will require connecting to or the operation of an existing 29 City water line system with the City's representative. 30 a. Coordination shall be in accordance with Section 33 12 25. 31 b. If needed, obtain a hydrant water meter from the Water Department for use 32 during the life of named project. 33 c. In the event that a water valve on an existing live system be turned off and on 34 to accommodate the construction of the project is required, coordinate this 35 activity through the appropriate City representative. 36 1) Do not operate water line valves of existing water system. 37 a) Failure to comply will render the Contractor in violation of Texas Penal 38 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 39 will be prosecuted to the full extent of the law. 40 b) In addition, the Contractor will assume all liabilities and 41 responsibilities as a result of these actions. 42 F. Public Notification Prior to Beginning Construction 43 1. Prior to beginning construction on any block in the project, on a block by block 44 basis, prepare and deliver a notice or flyer of the pending construction to the front 45 door of each residence or business that will be impacted by construction. The notice 46 shall be prepared as follows: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 2 beginning any construction activity on each block in the project area. 3 1) Prepare flyer on the Contractor's letterhead and include the following 4 information: 5 a) Name of Project 6 b) City Project No (CPN) 7 c) Scope of Project (i.e. type of construction activity) 8 d) Actual construction duration within the block 9 e) Name of the contractor's foreman and phone number 10 f) Name of the City's inspector and phone number 11 g) City's after-hours phone number 12 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 13 A. 14 3) City of Fort Worth Door Hangers will be provided to the Contractor for 15 distribution with their notice. 16 4) Submit schedule showing the construction start and finish time for each 17 block of the project to the inspector. 18 5) Deliver flyer to the City Inspector for review prior to distribution. 19 b. No construction will be allowed to begin on any block until the flyer and door 20 hangers are delivered to all residents of the block. 21 G. Public Notification of Temporary Water Service Interruption during Construction 22 1. In the event it becomes necessary to temporarily shut down water service to 23 residents or businesses during construction, prepare and deliver a notice or flyer of 24 the pending interruption to the front door of each affected resident. 25 2. Prepared notice as follows: 26 a. The notification or flyer shall be posted 24 hours prior to the temporary 27 interruption. 28 b. Prepare flyer on the contractor's letterhead and include the following 29 information: 30 1) Name of the project 31 2) City Project Number 32 3) Date of the interruption of service 33 4) Period the interruption will take place 34 5) Name of the contractor's foreman and phone number 35 6) Name of the City's inspector and phone number 36 c. A sample of the temporary water service interruption notification is attached as 37 Exhibit B. 38 d. Deliver a copy of the temporary interruption notification to the City inspector 39 for review prior to being distributed. 40 e. No interruption of water service can occur until the flyer has been delivered to 41 all affected residents and businesses. 42 f. Electronic versions of the sample flyers can be obtained from the Project 43 Construction Inspector. 44 H. Coordination with United States Army Corps of Engineers (USACE) 45 1. At locations in the Project where construction activities occur in areas where 46 USACE permits are required, meet all requirements set forth in each designated 47 permit. 48 I. Coordination within Railroad Permit Areas CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DA IL NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: to Mapsco Location: 11 Limits of Construction: 12 13 14 NOTICE OF CONSTIOCTION 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 37 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 Date: EXHIBIT B FORT WORTH, DOE NO. XXXX Project Nerve: 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Northside IV Elevated Storage Tank City Project No. 104291 01 45 23 TESTING AND INSPECTION SERVICES SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1- GENERAL 1.1 SUMMARY Page 1 of 2 A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. 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. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Northside IV Elevated Storage Tank City Project No. 104291 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. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Northside IV Elevated Storage Tank City Project No. 104291 015000-1 TEMPORARY FACILITIES AND CONTROLS SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY Page 1 of 4 A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 015000-2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 015000-3 TEMPORARY 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 USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 015000-4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 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 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 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 31 25 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 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 015813-1 TEMPORARY PROJECT SIGNAGE SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1- GENERAL Page 1 of 3 1.1 SUMMARY 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 1oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 01 58 13 -3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Northside IV Elevated Storage Tank City Project No. 104291 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. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Northside IV Elevated Storage Tank City Project No. 104291 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION 1 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION Page 1 of 4 6 A. Section Includes: 7 1. Mobilization and Demobilization 8 a. Mobilization 9 1) Transportation of Contractor's personnel, equipment, and operating supplies 10 to the Site 11 2) Establishment of necessary general facilities for the Contractor's operation 12 at the Site 13 3) Premiums paid for performance and payment bonds 14 4) Transportation of Contractor's personnel, equipment, and operating supplies 15 to another location within the designated Site 16 5) Relocation of necessary general facilities for the Contractor's operation 17 from 1 location to another location on the Site. 18 b. Demobilization 19 1) Transportation of Contractor's personnel, equipment, and operating supplies 20 away from the Site including disassembly 21 2) Site Clean-up 22 3) Removal of all buildings and/or other facilities assembled at the Site for this 23 Contract 24 c. Mobilization and Demobilization do not include activities for specific items of 25 work that are for which payment is provided elsewhere in the contract. 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the Contract 28 Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor's personnel, equipment, and operating 31 supplies from the Site including disassembly or temporarily securing 32 equipment, supplies, and other facilities as designated by the Contract 33 Documents necessary to suspend the Work. 34 b) Site Clean-up as designated in the Contract Documents 35 2) Remobilization 36 a) Transportation of Contractor's personnel, equipment, and operating 37 supplies to the Site necessary to resume the Work. 38 b) Establishment of necessary general facilities for the Contractor's 39 operation at the Site necessary to resume the Work. 40 3) No Payments will be made for: 41 a) Mobilization and Demobilization from one location to another on the 42 Site in the normal progress of performing the Work. 43 b) Stand-by or idle time 44 c) Lost profits CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Northside IV Elevated Storage Tank City Project No. 104291 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating 11 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment [Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the 29 appropriate Section 1.2 A. 11 30 1. Mobilization and Demobilization 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 2. Remobilization for suspension of Work as specifically required in the Contract 38 Documents 39 a. Measurement 40 1) Measurement for this Item shall be per each remobilization performed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under "Measurement" will be paid for at the unit 44 price per each "Specified Remobilization" in accordance with Contract 45 Documents. 46 c. The price shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Northside IV Elevated Storage Tank City Project No. 104291 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 1) Demobilization as described in Section 1.1.A.2.a.1) 2 2) Remobilization as described in Section 1.1.A.2.a.2) 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 3. Remobilization for suspension of Work as required by City 6 a. Measurement and Payment 7 1) This shall be submitted as a Contract Claim in accordance with Article 10 8 of Section 00 72 00. 9 2) No payments will be made for standby, idle time, or lost profits associated 10 with this Item. 11 4. Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price per each "Work Order Mobilization" in accordance with Contract 19 Documents. Demobilization shall be considered subsidiary to mobilization 20 and shall not be paid for separately. 21 c. The price shall include: 22 1) Mobilization as described in Section 1.1.A.3.a.1) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 27 a. Measurement 28 1) Measurement for this Item shall be for each Mobilization and 29 Demobilization required by the Contract Documents 30 b. Payment 31 1) The Work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price per each "Work Order Emergency Mobilization" in accordance with 34 Contract Documents. Demobilization shall be considered subsidiary to 35 mobilization and shall not be paid for separately. 36 c. The price shall include 37 1) Mobilization as described in Section 1.1.A.4.a) 38 2) Demobilization as described in Section 1.1.A.3.a.2) 39 d. No payments will be made for standby, idle time, or lost profits associated this 40 Item. 41 1.3 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Northside IV Elevated Storage Tank City Project No. 104291 017000-4 MOBILIZATION AND REMOBILIZATION 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 END OF SECTION 9 10 Page 4 of 4 Revision Log DA IL 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Northside IV Elevated Storage Tank City Project No. 104291 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's 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 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added defmitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Northside IV Elevated Storage Tank City Project No. 104291 FORT WORTH® 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 TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors 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. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN ' IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 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. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0 C. Geoid model used, Example: GEOID12A 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. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lam bert_Conformal_Conic Fa Ise_East i 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 Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_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 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 6 of 22 -‹ 0 1 POINT NUMBER CE d DOUBLE SLASH ELEVATION ii IJ CL 5 IJ CE z CD J 0 z I— J 121 W 1— z i_ z E u_ 0 D w J z 1016 POINT NUMBER J 0 1— z 0 O EL.= 100. 0C DOUBLE SLASH MARK COORDINATES N=5000.00 E=5000.00 W 1— W cL 0 z 0 0 z 0 W 0 F— W 1 0 V. Water Staking Standards 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 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 VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 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 8 of 22 7' ❑/S W/L STA= 2+44 C-3,62 r ❑/S W/L STA=1 +72.81 C-3.81 1917 EL- 101.1V 0 0 W W ZZ z 0 < LL W o VI. Sanitary Sewer Staking HUB ELEVATI STATIONING IDENTIFIES TOP OF PIPE L7 0w 4.0 w 0- J � 4: LE W 4 p Y J zz W = m Q 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 9 of 22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 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 10 of 22 0 n- (SIDE FACING ) NG FLAGGING RE Example Sanitary Sewer Stakes STA34-71CI:a — 0 L_ (SIDE FACING j II s (SS y3 O7 - w311 SANITARY SEWER UNE .wz >4 | § ƒ@�4 ®am &A STATION! N G k \\ s co IDENT1FIES RIM GRADE O: pRgaGGAmgncePmeey7 mpora95«eee\Ca@%IDe§7r Cap Delivery Div oyo171 23.+f1 Attachment A k &e Staking Standards.docx Page 11 of 22 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 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 12 of 22 BACK ( 0E FA1NC R.RW0 POINT# SSSS HL ELEVAn� �LLLL Example Storm Inlet Stakes FT (SIDE FACING Dt m m 0 m z r 1 2 (;:j1I-luj fTC T1 0 NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES ti1HIC1-I END OF THE WINO BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOWUNE HUB MTh TACKTN- BACK OF CURB FLO'hLINE BACK {SEIE FANG R.G W_) PRINT HUB ELEVAT1 DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED 10" - 2{]" STANDARD DOUBLE 10' - 26.67 RECESSED DOUBLE 10` - 30.67 3.L FT (SIDE FACING ) 0 U Ul FACE OF INLET EDGE OF PAVEMENT EDGE OF PAN3.IENT 9AC}K OF INLET { _• •1. FACE DF INLET -h O IDENTIFIES %%RICH END OF THE 'h1NG BONG STAKED BACK OF CURB FLDWUNE EDGE OF PAVEMENT EDGE OF PAVEMENT 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 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 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 14 of 22 FONT (SIDE FACING BACK (SIDE FACING RA,W.) POINT # HUB ELEVATION Example Curb & Gutter Stakes FPONT (SIDE FACING c_) IDENTIFIES OFFSET 13 TO BACK CF CURB DR FfC FCR FACE OF CURE IDENTIFIES GRADE IS TD TOP OF CURE IDENTIFIES START PONT CF C JRVATURE NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH TOP OF CURB B 0 9/C ti FRONT IDENTIFIES END (SEE FACING ft} POINT OF FRONT T car (SIDE FACING V ND GRADE ON RADIUS POINTS 1NIOd OYLI ,0£ BJC Irl / -1 ` / 1' / / / / / f / r / J BACK OF CURB FACE OF CURB L __1 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\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 0 >- CD \ r e Ers EF — —— MAX.DISTANCE 54' MAX, DISTANCE 50' MAX. DISTANCE Ers ( --- 50' MAX. DISTANCE 2r BACK OF CURB cc § ( Bel c e>18 `- 50' MAX. DISTANCE O: pRgaGGAmgncePmee27 mpora95«eee\Ca@%IDe§7r Cap Delivery Div oyo171 23.+f1 Attachment A k &e 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) Date: Standard City Cut Sheet Staking Method: LOCATION: 0 TOTAL 0 GPS STATION City Project Number: Project Name: 0 OTHER CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. - CUT + FILL 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\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. 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 19 of 22 93524 '•wPsc/c!b°�V R ridd 0£6A7 N .b rQUd ALO +d#fSM IIoR J.'1YaLV00 1013ri3N7d3N 1134135 /7r WA OM! W 41 ®® 1l it'll", 1i 111 1111 1 II 111 1 III I1' I III I ill 'IIIIII ill' I IN 1 II IIIII I ' I N I' 1 n. 1 II IL II111111 1'I III 1 I III+ II I ... 1I I I I 1Po 1 IIIIN1111111 :IIII II 1 1 1.1I I,1 1 I 1 I Ho1 I I N I ,.IIIIIII NI 11 IINI II 'III 111 I 11 I III Ii IINI1111 111 11 If f11111 I I IIII III II! I I I I t l 111 1 1 111 N 1I 11 111 II I IIIIII III. IIIII II I 1111 1111111 I 1I IIIIII 1I 111III N1 1I' 1I 11 t1I 11 [ill 111 1 11111/11 IIIII, II 11I Ili! IIIII I !Hill I, IIII II1111 IIIII 1111 U E111 !IIII 11 1111_'.1I IIIII 1.11 IIIIIII 1111 II II 11 1 11 111111111 IIII 1111,11111II 111111 1111I Ill 111 1I 1111'N 111111111111111111 IIII IIIIIII 111111 .. 1111 111 11 IIIII Ill 1 111 1 II11 1 1 1II I 1111 NII IIIII 1II I 111111111 III. II I IIII III 1 1 1 I I I I E11 IIII 1 ''IIIII 111 1 1111111 III III III 1 III I' 1111 II f I111111 II III 11 11'111 111 I1111111'1i 11 '111 IIIIII IIIII 1111111 III11 1 III III III 11II III 11III 1�1I 1I1 III I1111 III IIIIII III11I11111111� 1 11111 III Ili I1 IIIIII 111 N II IIII II 1 11 Ills! 1I 11111111 II II11III II 1111+ 1 II IIII 1 IIII 1 II 1'I II IIIIII III IIIIII 11 I III I II 'I 1 11 111 IIIII 1 1 IIII III II I III 11 IIIII NIII 1 11 I II 1 II III IIII 1 1 1 1 1 IIII 1 1 1 IIII IIII III 11 I III IN IIII, III IIIIII I' IfI II 111 1111 1 1 1 I 111I 1 I 1111 1 III 1 11 11 11 11 I IIII III II IIIIII IIIIIIIII I IIIII I IIII IIII I I 111111 III IIIIII! 1 III 'IIJIIII Ills I11 NI IIII III IIIIIIINIIIN II 1II:I1 11 III 1 1 IIII 1 I 111111111 I' 11 1111 IIII 1111 II IIII111NIIINII IIII141I III III IIII III 111I 1111111 1 11 III I 1 11 I I 111 1 IIII III 1111111111111I11 1 { III 11I11 III Ii11N111 II 111111I IIII III III IIIIIII iUdI11 1 1111 III Ili, IN IIIIIII 11 1 I111 111 1'' 111111111 1 11 I I,i1111/ 11111 1I ill 11111111 1111 1I I., N NI 1111111 E111 I111 1111 1II 1 1 IIII N11111' 1I+I I I NI1 11III 111111111 IIII 111111 111 III I 1 II111 IIIIIII1 1 1 11111111 1111 1111111 11 11 11 II Il€I111/1' II IIII N IIIII I II IIIIIINI[II11 III IIIIIII IIII III IIII III II I1..I.I I'i111111 lE 11 111111111111111 I111111 1111111 III IIII III IIII IIIIIII IIIIII 1111 1111 IIII 11111N11111111111 N 11,'jN111N IIII II II NIII IIIIIIIUII II III III IfI I.I I I NI III 1 1, 1111111 111 111 11 II 1111 11111 1 111111111 I IIIII III 111 111111 11 III 1111 1111f1111ii 11 III 11'NI II II III III 1 IIII IIIII IIIIIII IIII ll III I III u 1 11 1 11111 111 1 (III IIIIII 111III 11 1 1i,I'I 1111111 II I N ' I III ! 11 1 11111 !Ill 1 11 1 1111 111111 II 1 111 1 11 I 'I+I1 1 11 1 11 111 11 III lI III !ill II IIIIII IIII IIII IIIII IIII ill I 1 1 II I IIIIIII I'1'11111111 I i t IIIII IIII I[I1 IfI III 1 !11IIII11 11' ll II IIII11 1 II1111 Ili 1l 1111 III 111 111111 11111 11 II111111111111111 II 11'11 1,111 11111111 1 11 111 1N1I1 IIIIIIIII IU III if II IIII 111 III 1111 II I11I 1111I N1 1 111 1111 I I 111 1111111 i ;IIII 1 111 IIIIII f IIIII IIIIIII IIIIIIII III NI I IIII 1 ,,IIIIII IIII •I II IIII III IIIII I IIII I• IIIIII IIIII 111 III 11 III III Hill 1 111111 'II I 1111/111 IIIIIII 11 111 IIIIIIf I1111111 IIIIII 1111111111 111111111 IIIIIII I11111111 !' 11111111 11 1111111 I 11 111111 1111 111111I 111111 11111 111III'111 III III 111 111'1111 III I, 111 IIIIIIII II 111111111111,11 1111111I IIIIIIII IIIII I �II1 11 11111111 1 11 11 J Il II I'll III/ I 1 ' 111 11111 11 Ill IiIIN111 111111,111, IIII II,lI11I11,£ 111 11�111111 11 11i1'11111 111111111111 r1-'1 1111 .1 .111111 IIIII IIIII II 1 II 1 III 11IN1ula 111'11 111 II III II III 1hII 1111IN 11 N ill III 111 M III IIIII II 111111111 11 Iry 11 1 III11 71 I j� i III 11'1 IIIIIIIII ''�111 111 I II 11 IA 'h �, I �111 II IIII IN IINI II111IIIi11111 II I1 II II 1'.11'1 N III IIIII III IIIIIIII 3lI di; IIIIII 111 II MINI II 111' IIII 11111 1,11I 1111111 11111f1111 111 II III IIII @ II IIII 111 III III II II I111111111 I 1I IIII II IIII III 11 IIIIII III IIIIII II IN 111111111 IIIIIII III IIII IIIII 1 I III IfI 1I II 111 11 1I 11 IIII III 11 1111111 ' 11111 11111 1I 11 I I ill I III III I�I 1111 II 111111 1 111 1 11 11111 1111 11 1111 111 111" 111 1 111 1 11;111 111111i11 1 111 111., II1l111 111 11,111. ' 11®II IIII, �ulllll 1111M 11111II1111 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 STA 0,p01:0 - 12 i1L nv CLArm RLy 5TA, o-rao - 12WL rrLDrDBEM DW PROP l2 WATER osTAW rex a' TEE �� SEW E-229632s.1L92 BIX fi LOT 2 ERR A woo. Az•grftVtli HnW,v, 4..3.3313.7utl REIEVE EXIST. IPwArER STA o 57m - I2 WL (Fwrfl cw RELINE a SA -NNW EMT. GATE VALVE & RF3C R CONNECT TO EXIST. 3 wITER INSTALL, h12'SOLO e1FP-NE FI E E229EaTrI79f tor3748 mower Bd. !6 Far Word, au, 43,323WOR STA 0420-12NL NISTA L, .12•17VERT. BEND Nb947o 51E5 E.2295377570 •Q ,CUT ELEV.. 72530 STA75 -YWL INSTALL., Flex R NOMA TEE rB'RWE VALVE.. F FIRE lit. - IIF 'M'MMT LEAD f- t2 GATE VALVE NA694703a0289 E 2238E • LOr 3713 Skew qi %Firf-WM A 21033211, rrr rr�rr - o 05 Ne fsrUWi' any rriur'• r1/virqOr.�iarr srt0..3287-12 INSTALL. F 1245-VERT. BEND N-69 1097.49 4 E.225,63153o12 L17T A too [q , a..1e &4L£vr 8b33 ma INN M9. • 22003924 STA. O'011D0 - I24,1 NFLDrD ❑R) INSTALL: F 1201d SOLID SLEEVE 5r LP OF I2.5VATER PIPE CONNECT TO EXIST, I2 WATER N-6947145.9279 £•�i09+'A3G Nil —B. PROPOSED SANITARY SI SEE SHEET STA 0.6115.5- IPW AYSTALL, F7L'45VERT S010 N Z%5.Y 2=2295501.8370 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 9361?-X 'x/ 0100.y 'd INV O47,10 aN 103fOHd ADD e343M 1107 11YYJNO.7 1N31Y3Jb7d3N &RA1 .Wtll1ANS ONJ dad014 :ii 111111 11 nNliiiliililliii 1,1 iii 1u111 lily ! 1,l ,"'II®,I,i id,.,i .,u,,i,' a �Iil iliiiiiilliinill°i IIII l Ili IIII 'IIII II II II !II'Ill IIIII [I N I1!•11I 111..1 I. I11 I11. �•1 11•glll111111111111111111i11 1111 111 11111111 I11 II VIIII! 1 N lil 1 ii1111111 1N N,1111111 111111111 I111 IIIIIII (IIIIIIIIII 1II I I I I I III I IIIII IIIII II III 1111 IIIIII IIIIIIII ill 11 111 11'1111 ill IIIII [ 111111/111111111 IllIIII11111111111 1 11 111 I II1 IIII IIIIIIIII Ill 1 11 1 1111 1 111111ill111111ll1 11 1111 111 IIII111111! 1 1 111 I 1 III 1•1 11 III III II IIIIIII I INII 1 IIIok1111111111III II IIIIINII IIIIIIIIIIII IIIII III In oil 1 I Iumu 11 III I nL 1• III 111 1111 1 II 11 111 1 1 in ilIllllll1111I1II1111i11111.1111111111111111111111111I lIl IIII I ! I IIIIIIIIIIIIIIIIEIVI' I 111111 IIII 1111Vkl N I 111111111 I II IIII 11111I III II IIIII I I I IIII I IIIIIIIIIIII IIIIII IIIIINIIIIIIIIIII II IIIIIIIIII[Iilnii l. III I IIII II II:11 1IIII IIIVII IIII I i 1 11 I I I 11II 1 IIIIIII IIIIII 1 II ill IV 11 IIIIIIII 1 1II il• I111'• 1111111111111111111 IIIIIII5II III 11111 1 11111111111111111 1 11 ! I I 111111 1111111 111 IN II1111 11. I 11111111 Ill 11 111111111111 IIII 1 III! 1 11 111 11111111111111 1111 11110oo111 IN111•f11 111111 11511 1 111 I .1 111NI 11 11 III I IV11I111111V1 1 1 IIIV 111 1 NI IIN 1111111111 V IIIIIII 1 I 111 I1111 111 1 11 11I1111 1111 III 11111 NuI III-'j 1 111[11 LiINV 1 i Ii911111V11NIIVII 111111 IIIIluNI I l IIp NNNN I I VI Ill,l I 111 IIIIIIII NI IIIII III VII I I lin11IIN N I N 1 ' 1 1 1 1 III 1 111I 11I III I 1 1 1 111 1 II III 1 I IIII I N 1 111 11:11 N11 1 I[11 IIII III l I 1 IIII V 111 111 1 1 11 111 IIN 1 111 11 I Iu 1' III 1 I II 11 1 I 1 I I I III 1 IIII II IRIIIIIIII IIII II IIIII IIIIII II I II IIIII IIII III I{I III IIII 1IIIII 1 11111II11111 111111I11II1IIIIIIIIIIIIIIIIIIIIII 11 IIIIII 11 11, III 1'. IIIII 1 I 111 11 IIII II IIIIIIII 1 II "VI 111 II11, • 111 11 NI II III i!11 '1 11I1:-II1 !IIIIIR! III,(IIIdIIIIi'11 IlIII1 1 1 11, 1,1 ii 1 11 1� r 11 II III I II1111II 1111 IIII I III111 IIIII i•1 l 111111 "hIII 1lIIII IIII l III II l'l11 _11: ,I1 11 iI11II II 1! IIIIII II II 11 IIIIIII1V 1 1111111111II IIIIIIIINIl l i I1 l I1 IIIIIIIII1I1I11I1I 1III1 1 I11 1 IIIII1 IIIIII11III 1I1Y '11i 1 '11d11lI!I111N111111111IIPIII!IlI1I111II1II {II1IIIIiIiI'I1 1 111 III 11111 I111 I 111 1 II1II I11111111 I III1111IIi1 IIIIII lI II111111111II 111i IIII I 1 II1I1 IIIIIII 1III 'IIIII1 Ill 1 IIIIII IIIIIIII11 IIIIIIV 1 iII III 11 III 11 11 III IIIIIIIINIIII' 1I 1 N V, 1III11 1111 I11I11 1111111 .111I 1111111 I 11111 IIIIII 1, 111I 11 I I III I''' I I! I I I' 111u IIIIII III lal l l ill II W1111 'L. 111 !1 IIIIR I1IH 1 :1 11 I Ilplll 111I1111111III11111N11E1 IIII 11'u 1 11 1 II111u11III I I1 III II1' I (IIIIIIIIII 1!l III11 1111 III IIIIII 11 1111u111111 1111 111111: IIIII1l1111111'i Intl IIIIII 11 III I11 IIIIIIIIII( I 1 I111I IIIIIII:. III 111 111 Ii I' Ii11 111111 NI1l i 11 11 1 11 lI l ii l l l 11111111 1111 I1 11 11111 III 11 11 1 1I I, I I IIII I Il6 11 Ii li ii Nili li iiiiil'l 1I1I 1II 1111 III 1 I I III 111 11II1 1 1 11 1 I III III 1 11 11 1' 11 NI II 1 dlllll 1111111111 u 1 1 I I IIIIIII III l V 111 11 II I iI1 III 1 I I I 111 1i1I I I 11 I11 II IIi 11 11 11 :I IIII IIIII II 11 1 II IIIII III III 1 1 IIII111 1 1111I 1 If111111111 III II 111111111111111 '.1 II I 1 11 11 II 1111 11 11 I`I I 11 IIIIII'. IIII !111 II 111I N III 1 I 11II11I 1 111111111111 I1111111 III , 11I ICI 111 I1111 1 11 I 111111 i uN 1 I 11111111111 IIII II11 IIIHail' IIII III1 II NI I II III IIIIIIII III IIIHill I IIIIII IIG I111I11 IIIII ll 111 IIIII Ill 111I II 111 ll IIIIII 11 111 1 I I I I I I I 1 11 1'I N •!II 1 I IIIII 1 11 1 1 1 1 1111111 1 I IIIIIIIIII 111 I1111 111111111I11 11 d111111 111 1111111 111 11 IIII Lill 1 1 IIIII ri I ii.i! ri +f11111111 IIIIII IIII ll1 1III11 IIII 1 1 IIII1111 11l 1 1 1. 1 111 111, .1I 1111 I11111I1111111 II 11111111 II 1 1 1111IIII111 III 111 Ill 111111 1 IIIII 11111111111111I111 111 i I 11111 ill1i 11111111I111 IIIIIIIII111 I IIIII II11111 l l 11 I II III IIIli1 I I IIII 1 111 1I1 IIIIIII III 11II11 1 '1 1111 IIIII 11 I loll 11 11 11 11111111111 1 11 Till 1 i 1 11 I IIIII IIIIIIIII II Ilu III '! 111111111 1 1 IIIIII 1I II 111 I 11111 1 1111II 1 G11 11111 II 11111 I I I! 1 1 1 11111 111 IIIIIIIIII 1111 111 1111 IIIII IIII 1 1 1111 IIdI I I III IIIII III IIIII 1I 11 I I Ii111 ll 1 I IIII11 1 III 111 Hill 1111 11 IIIIIIj 11 i"11 IIIII IIIIII u11 .l 1 1 IIIII 11 1 1 11..1. III 1 111 IIIII Ill'' III I III IIIII IIII IIIII 1 1 IN N� i!! 1 :IIIII G d1 II flll IIL" I!1 l I1 II p 111 t 11 1 1 iu '° 11 olhII 11111 11 11111 IIIII 111 111 1 1111111111I III II�f -11 IIIII II III il 11 11 IIII II IIII Him 1111111111151111 1111 II1 1p111 III iiiiI ii IIII i1i1 I'11 1 IIII 11 111 I, l �y'I II GI I iiirc NI'1III III tip IIIII IIIII 11II 1111 1 1 I1II 1 1l 1111111 11 11 1111111 1111. II 111 111111 III111 111 11 3 11 11 11 1 III 111 III 111 1 1111111111111 1 I1 1 1 ` u III1111111111 III 1111 11 III IV 1I' 1I 11II1 111 II 11 1 III 11111 11 11 111 1 1 111i1iI1I11 11 1 1 1 11 11,1 11'I I I I I I I NI I I I 11111111111111111111 IIII 1II 110 ii IIIII II III IIIIH I111 II 11 1I1 11 1111111 11 11111'11111111 IIII1l11�1I1I11111I1 ll i IIIII 'Ill 1 11 11 1 I111 I 1 11 11 IIi ii 111 11Ili1 11'. 1' 111 - II 1 II 1i'1. If 11 I I111111 III 1I11111 111 I11111111 Ill I111 IIII it 1I i1 111 III II1 III 111I 11II 11 1 1 11 111 111 1111€III 11 11 11 IIIII III 111 'I I ill 'll 11 111 1 1 1 I IIII 1IIIII 11 IIII II 111 IIIII II 1 li I I! I IIII 1 III IN 11 111 11, IIIIII IIII1111 NIIII III 51 I n1 III 11111 1 111 11 11111111111111111 /11111 1111 1111111 1N11ilil I I i 1 II I I I II II Il f l IIIII 11 1 I IIIII11111 I I 1 1 ItlRI II®pllllnP®1 1,,,,1,�1,1 IJl I „NmNIIINI�I 1 Ilu 111 lllluR 1111 III IIII I� a + a a • r\ . N r 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 RUC 29 3705 Ckem Pa W.Fon.enn SANITARY SEWER SEWEE£ W! CLEAMS T 3. iN+u,-n "LAYTON I RD. W. CO w • 04 ur wur_wi F9 h 00 TER -ri 12' WATER 4 un _ ' Efm ONNty Earl LOT 3 .nw nS.. RE N.F aewrn *N4174 3 Ex rr Wol2r uNE A - L-3654 L-3554 04 STAriva - SSS LINE A • EXIST. .STAPOO.L-3171- EXlST. STAY73,L-3654 RF_:A'A'E EXLST_SSMH CONSTRUCT 5 LF OF W 55 LINE R' CONST 1NASSYH INCLUDE CCWCJ3 LL4R & MH ONSERT W! CaRR SXW PROTECTRW CONNECT PROP, 8'SS RAC CONNECT PROP. 1} SS ousel TO PRO? SSMK. N-69468IRF7,7 E-07�f55923! 5r� 40 e • 2-1rX S17 O . 5 REUWE EXIST. Er SEWER • LOT 2 340 Dirl�r�� CITY MAP NO. 2018380, 20183, MAPSCO PAGE NO. 74N, S, T, W e.11.7.T !GiZi e� _!MI!!FU==lam, r��,liil !r!!lrAal! ..I l�alalil7�r IRlTia�l� MEM WPM ..... rrr40irr -_ -- a -=— —= +.a.MraMIENrr�� En is �t� == --- aM Egg —'r 7. 7( MEM alialal� = 'L= ali O:\Sped 2.0 !'DO 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 = 31\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 FASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.553 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM C L I kin a.t re-6 6945571.059 2295655.195 727.514 SSMH RIM lT 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM c 0 - pc t. 5 2.8 6945417.879 2295580.27 740,521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM L S�jj i rJ 30 6945387,356 2295597,101 740.756 GV RIM '-h IC f ,} j 31 6945370.688 2295606.793 740.976 GV RIM 1 GC su6--F/9--C 6_ 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM REM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM fi os i�o r-Jml- C�c�t-r» this /t) r.y _b. 0E3 TX. fJ . L 76N Lt 2-v7 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 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 8 - % f o°o >°o Conditional Format r Check Cell Explanatory... Followed Hy... Hyperlink I Input _ Insert Delete Formatting- as Table- • Number r„ Styles Cells N31 y C G E F G H I 1 K L M N 1 Project Name and Number- (Street Name) Meter Boxes Fire Hydrants GPSIGribl Cooritlnaten.Texan NW NC 4202 Elevation § \ ) 7 \ N \ § M [ k \ \ § ( ) / / ! \ ) i « / 2 § \ , An }§ } | i \ @ / ` / & § ) 7 9 / | § ) 7 9 ) - £ § 2 B ° $ kn /' \ \ ) § \ r \ \ § \ § \ \ » \ / § \ » \ ) \ § \ § \ § \ P.,) k \ ( ) $ , 11\\ ) Water Main Cut Calibri - 11 • ?l n Copy ji Format Painter B — Clipboard G, Font ! 4 �) \ \ ) ■ m ■ F § m ) ) u & /a) ; \ m \ « ; 7 r § \ § ( 2 / ! A. ) \ ! \ ! ~ \ § ( . \ ) \ § ! \ / : \ ® ) % 5 m / ! / ` § § 4 a K -I ©I —I - el n =I e �I : el O: pRgaGGAmgncePmeey7 mpora95«eee\Ca@%IDe§7r Cap Delivery Div oyo171 23.+f1 Attachment A k &e Staking Standards.docx Page 26 of 26 SECTION 01 74 23 CLEANING PART 1- GENERAL 017423-1 CLEANING Page 1 of 4 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 017423-2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 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 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 017719-1 CLOSEOUT REQUIREMENT S Page 1 of 3 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 77 19 CLOSEOUT REQUIREMENTS 5 A Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 77 19 -2 CLOSEOUT REQUIREMENT S Page 2 of 3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 01 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue allotice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Northside IV Elevated Storage Tank City Project No. 104291 01 77 19 -3 CLOSEOUT REQUIREMENT S Page 3 of 3 1 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Payment 7 e. Pipe Report (if required) 8 f. Contractor's Evaluation of City 9 g. Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Northside IV Elevated Storage Tank City Project No. 104291 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1- 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 1/2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 017823-2 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 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 017823-4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 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 SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Northside IV Elevated Storage Tank City Project No. 104291 017839-1 PROJECT RECORD DOCUMENTS SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1- GENERAL 1.1 SUMMARY Page 1 of 4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 017839-3 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 017839-4 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 08 11 19 - 1 STEEL DOORS AND FRAMES SECTION 08 11 19 STEEL DOORS AND FRAMES PART 1 - GENERAL Page 1 of 6 1.1 SUMMARY A. Section Includes 1. Hollow metal doors and frames. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. American Society for Testing and Materials (ASTM): a. ASTM A 366 - Specification for Steel, Sheet, Carbon, Cold -rolled Sheet, Commercial Quality. 2. National Fire Protection Association (NFPA): a. NFPA 80-1983 Standard for Fire Doors and Windows b. NFPA 252, Fire Tests of Door Assemblies 3. Steel Door Institute (SDI): a. SDI-100 - Recommended Specification for Standard Steel Doors and Frames b. SDI-105 - Recommended Erection Instructions for Steel Frames c. SDI-107 - Hardware for Steel Doors (Reinforcement - Application). 4. Underwriters Laboratories, Inc. (UL): a. Building Materials List January 1990 b. UL 10B -Fire Tests of Door Assemblies 5. Door Hardware Institute (DHI): a. The Installation of Commercial Steel Doors and Steel Frames, Insulated Steel Doors in Wood Frames and Builder's Hardware. Northside IV Elevated Storage Tank City Project No. 104291 081119-2 STEEL DOORS AND FRAMES Page 2 of 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Door Size 2. Constriction 3. Frame Type 4. Wall Anchors 5. Accessories required for Installation 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 2. Provide steel doors and frames complying with the Steel Door Institute SDI-100 and as herein specified. 3. Doors and frames required by schedule to be labeled shall be manufactured in accordance with specifications and procedures for doors and frames tested and rated by Underwriter's Laboratories, Inc. Metal UL classification markers shall be attached to these doors and frames. 4. Conform to requirements of SDI-100. 5. Installed frame and door assembly to conform to UL 10B for fire rated class indicated or scheduled. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Deliver metal doors and frames to the project site with no dents or open seams. B. Storage and Handling Requirements 1. Store upright in a protected dry area. 2. Provide packaging and wrapping to protect hollow metal items. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1 Northside IV Elevated Storage Tank City Project No. 104291 081119-3 STEEL DOORS AND FRAMES Page 3 of 6 PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Manufacturer List a. Ceco Corp., Door Div. b. Curries Mfg., Inc. c. Fenestra Corp. d. Mesker Industries, Inc. e. Republic Builders Products Corp. f. Steelcraft by American -Standard B. Description 1. Conform to applicable local building codes for fire rated requirements ofmetal door/metal frame and wood door/metal frame assemblies. 2. Fire Rated Door and Panel Construction: Conform to NFPA 252 or UL 10B. C. Materials 1. Sheet and Strip: ASTM A 366, commercial quality, leveled, cold -rolled steel free of scale and other surface defects. D. Fabrication 1. Factory Assembly 2. Shop Fabrication a. Flush Steel Doors: Full flush type of welded seamless construction with no visible seams or joints on faces or vertical edges. 1) Face sheets of 18 gage steel reinforced, stiffened and sound -deadened by laminating to small cell impregnated kraft honeycomb core completely filling the door or by formed steel vertical stiffeners spaced 6" o.c. and attached to face sheets by spot welds and with the spaces between stiffeners filled with inorganic blanket insulation material. 2) Continuous vertical interlocking joints on lock and hinge edges with seams continuously welded, filled and dressed smooth. Bevel vertical edges. 3) Top and bottom edges closed with continuous recessed steel channels spot welded to both faces. Top edge of exterior doors sealed flush with closing channel to exclude water. 4) Fixed glass moldings welded to security side of door. Loose moldings of 20 gage steel fastened with countersunk flat head screws. Fabricate steps to receive vinyl gaskets. 5) Overlapping steel astragals for pairs of labeled doors as required by manufacturer to meet codes. 6) Louvers: Provide factory installed, inverted "V" or "Y" sight proof type fixed louvers. Louver blades shall be 18 gage and frame shall be 18 gage welded construction. b. Steel Frames: Combination buck, frame and trim type of 16 gage steel for interior frames and 14 gage steel for exterior frames. Provide frames with face width, throat opening, backbend and jamb depth as per dimensions shown. Northside IV Elevated Storage Tank City Project No. 104291 081119-4 STEEL DOORS AND FRAMES Page 4 of 6 1) Brake -form to profile free of warp, buckles and fractures with corners square and sharp. Form stop integral with frame except where detailed otherwise. Dress sheared edges straight and smooth. 2) Close corner joints tight with trim faces mitered and continuously welded. Dress exposed welds flush and smooth. 3) Fabricate frames for large openings in knocked -down sections for field assembly with butt joints and internal reinforcing sleeves. Knocked -down frame assemblies shall be trial assembled in the shop. 4) Loose glazing stops shall be 16 gage steel, mitered corners, fastened with countersunk flathead screws. Fabricate stops to receive vinyl gaskets. 5) Weld 14 gage steel floor anchors inside each jamb with two holes each anchor for floor anchor bolts. 6) Furnish frames with steel spreader temporarily fastened to the feet of both jambs for rigidity during shipping and handling. 7) For each jamb in masonry construction provide 3 or more 16 gage adjustable jamb anchors of the T-strap type spaced not more than 30" apart. Furnish yoke type Underwriters anchors for labeled door openings only. 8) For each jamb in steel stud construction provide 4 or more 18 gage drywall type jamb anchors. Weld anchors inside each jamb and wire or bolt to the studs. c. Fabricate frames and doors with hardware reinforcement plates welded in place. Provide mortar guard boxes. d. Reinforce frames wider than 48" with roll formed steel channels fitted tightly into frame head, flush with top. e. Prepare frame for silencers. Provide three single rubber silencers for single doors and mullions of double doors on strike side, and two single silencers on frame head at double doors without mullions. f Attach fire rated label to each frame and door unit. g. Close top edge of exterior door flush with inverted steel channel closure. Seal joints watertight. h. Fabricate frames for masonry wall coursing with 2" head member. E. Hardware Preparation 1) Prepare doors and door frames for hardware. Mortising, reinforcing, drilling, and tapping shall be done at the factory for mortised hardware. Reinforcement shall be provided for surface -applied hardware, and the drilling and tapping for this hardware shall be done in the field. Provide plaster guards for hinge and strike reinforcements and cutouts on frames. 2) Reinforcement plates in doors and frames for hardware shall be 7 gage for hinges and 12 gage for all other hardware. 3) Punch for and install rubber silencers on all interior hollow metal door frames. Furnish 3 silencers for each single door and 2 silencers for each pair of doors. Set out and adjust strikes to provide clearance for the silencers. Omit silencers on exterior door frames. F. Finishes 1. Primer Materials 2. Finish Materials 3. Shop Finishing Methods Northside IV Elevated Storage Tank City Project No. 104291 081119-5 STEEL DOORS AND FRAMES Page 5 of 6 a. After fabrication, doors and frames shall be degreased, phosphatized and factory painted inside and out with a rust inhibitive synthetic primer. Apply mineral filler to eliminate weld scars and other blemishes. G. Clearances 1. Doors shall have pre -fit clearances of: a. At Head and Lock Stile: 1/8". b. At Hinge Stile: 1/16". c. At Door Sill: 1) Without Threshold: 1/8" from bottom of door to top of decorative floor finish or covering. 2) With Threshold: 1/8" from bottom of door to top ofthreshold. d. Between meeting edges of pair of doors: 1/8". 2. Fitting Clearances for Fire -Rated Door; Comply with NFPA 80. Bevel fire -rated doors 1/8" in 2" in lock edge. 2.3 ACCESSORIES A. Rubber Silencers: Resilient rubber. B. Anchors: three per jamb, typically, of type to suit supportive construction. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify that opening sizes and tolerances are acceptable. 2. Verify surfaces and conditions are ready to receive work of this section. Notify Engineer of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install frames in accordance with SCI-105. B. Install doors in accordance with DHI. C. Install fire -rated frames and place fire -rated doors in accordance with NFPA 80. D. Coordinate with masonry and wallboard construction for anchor placement. E. Coordinate installation of glass and glazing. F. Install doors accurately in frames, maintaining specified clearances. G. Setting Frames: 1. Check frames for rack, twist and out -of -square, and correct. Northside IV Elevated Storage Tank City Project No. 104291 081119-6 STEEL DOORS AND FRAMES Page 6 of 6 2. Set frames accurately to maintain scheduled dimensions, hold head level and maintain jambs plumb and square. 3. Anchor frames securely to adjacent construction. Anchor to floor at each jamb with two bolts to prevent twist. 4. Leave spreader bars in place until frames have been permanently built into the walls. 5. Install fire -rated frames in accordance with NFPA 80. H. Hanging Doors: 1. Fit and hang the doors to maintain specified door clearances. Metal hinge shims are acceptable to maintain clearances. 2. Doors shall operate smoothly and quietly after adjustment. 3. Place fire -rated doors with clearances as specified in NFPA 80. I. Tolerances 1. Maximum Diagonal Distortion: 1/8" measured with straight edge, corner to corner. 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 Northside IV Elevated Storage Tank City Project No. 104291 083323-1 OVERHEAD COILING DOORS SECTION 08 33 23 OVERHEAD COILING DOORS PART 1 - GENERAL Page 1 of 4 1.1 SUMMARY A. Section Includes 1. Overhead coiling door, insulation, and hardware B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms B. Definitions C. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): 3. International Building Code and associated standards, 2015 Edition including all amendments, referred to herein as Building Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data SPECIFICATION DOCUMENTS — WATER FACILITY PROJECT 1. Manufacturers Installation instructions 2. Operating and Maintenance Instructions Northside IV Elevated Storage Tank City Project No. 104291 083323-2 OVERHEAD COILING DOORS Page 2 of 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Installers a. Engage an experienced installer who is an authorized representative of the overhead coiling door manufacturer for both installation and maintenance of units. B. Inserts and Anchorages 1. Furnish inserts and anchoring devices which must be built into construction for installation of units. Provide setting drawings, templates, instructions and directions for installation of anchorage devices. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Provide overhead coiling doors as manufactured by one of the following: 2. The Cookson Co. 3. Cornell Iron Works, Inc. 4. Mahon Door Corp. 5. Overhead Door Corp. 6. J.G. Wilson Corp. 7. Raynor Garage Doors 8. Southwestern Steel Rolling Door Co. B. Performance / Design Criteria 1. Wind Loading a. Design and reinforce overhead coiling doors to withstand a 22 lbs. per sq. ft. wind loading pressure, acting inward and outward. C. Operation 1. Door Operators a. Door shall be provided with manual operating mechanism with pulley system as recommended by door manufacturer. D. Materials 1. Curtain Materials and Construction Northside IV Elevated Storage Tank City Project No. 104291 083323-3 OVERHEAD COILING DOORS Page 3 of 4 a. Door Curtain 1) Fabricate of interlocking slats of continuous length for width of door without splices. Fabricate of structural quality, cold— rolled galvanized steel sheets complying with ASTM A 446, Grade A, with G90 zinc coating, complying with ASTM A 525, and phosphate treated before fabrication. b. Insulation 1) Fill slat with manufacturer's standard rigid cellular polystyrene or polyurethane -foam -type thermal insulation complying with maximum flame —spread and smoke -developed indices of 75 and 450, respectively, according to ASTM E 84. Enclose insulation completely within metal slat faces. c. Endlocks 1) Malleable iron castings galvanized after fabrication, secured to curtain slats with galvanized rivets. Provide locks on alternate curtain slats. d. Windlocks 1) Malleable -iron castings secured to curtain slats with galvanized rivets or high -strength nylon, as required to comply with wind load. e. Bottom bar shall consist of 2 galvanized steel angles, each not less than 1" x 1" x 1/8" thick, with replaceable gasket of flexible vinyl or neoprene between angles as a weather seal. Equip bottom bar with sensor edge. f. Curtain Jamb Guides 1) Fabricate curtain jamb guides of steel angles, or channels and angles with sufficient depth and strength to retain curtain loading. Build-up units with minimum 3/16" thick steel sections, galvanized after fabrication. g. Weather Seals 1) Provide vinyl or neoprene weatherstripping. At door heads, use 1/8" thick continuous sheet secured to inside of curtain coil hood. At door jambs, use 1/8" thick continuous strip secured to interior and to exterior side of jamb guides. h. Locking 1) Provide manufacturer's standard slide bolt, designed to receive padlock. 2. Counterbalancing Mechanism a. Counterbalance doors by means of adjustable steel helical torsion spring, mounted around a steel shaft and mounted in a spring barrel and connected to door curtain with required barrel rings. Use grease -sealed bearings or self- lubricating graphite bearings for rotating members. b. Counterbalance Barrel 1) Fabricate spring barrel of hot —formed structural quality carbon steel, welded or seamless pipe, of sufficient diameter and wall thickness to support roll -up of curtain without distortion of slats and limit barrel deflection to not more than 0.03" per ft. of span under full load. Provide spring balance of one or more oil -tempered, heat —treated steel helical torsion springs. Provide cast steel barrel plugs to secure ends of springs to barrel and shaft. c. Brackets 1) Provide mounting brackets of manufacturer's standard design, either cast iron or cold —rolled steel plate with bell mouth guide groove for curtain. d. Hood Northside IV Elevated Storage Tank City Project No. 104291 083323-4 OVERHEAD COILING DOORS Page 4 of 4 1) Form to entirely enclose coiled curtain and operating mechanism at opening head. Provide closed ends and intermediate support brackets as required to prevent sag. Fabricate hoods of 24 gage minimum hot -dip galvanized steel sheet with G90 zinc coating, complying with ASTM A 525. Phosphate treat before fabrication. E. Finishes 1. Painting a. Shop clean and prime ferrous metal and galvanized surfaces, exposed and unexposed, except fraying and lubricated surfaces, with doormanufacturer's standard rust inhibitive primer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install door and operating equipment complete with necessary hardware, jamb, and head mold strips, anchors, inserts, hangers, and equipment supports in accordance with manufacturer's instructions and recommendations. B. Upon completion of installation including work by other trades, lubricate, test and adjust doors to operate easily, free from warp, and twist of distortion. 3.5 - 3.14 [NOT USED] END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 087110-1 FINISH HARDWARE Page 1 of 5 SECTION 08 71 10 FINISH HARDWARE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Hardware to fully equip doors throughout the project. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 08 11 19 — Steel Doors and Frames 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES 1.4 1.5 1.6 A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA): a. NFPA 80-1983 Standard for Fire Doors and Windows. 3. Texas Civil Statutes: a. Article 9102, Texas Revised Civil Statutes, The Elimination ofArchitectural Barriers, Effective June 21, 1989. 4. Underwriters Laboratories, Inc. (UL): a. Building Materials List January 1992. ADMINISTRATIVE REQUIREMENTS [NOT USED] SUBMITTALS [NOT USED] ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Hardware Schedule Northside IV Elevated Storage Tank City Project No. 104291 087110-2 FINISH HARDWARE Page 2 of 5 a. Hardware schedule shall be in the vertical format as outlined by the Door and Hardware Institute. Schedule items required for the entire project. Include a picture or catalog cut of each item and list the finish. Provide manufacturer's installation instructions for closers. 2. Templates a. Upon receipt of reviewed hardware schedule, provide one copy of reviewed schedule with templates to each fabricator of doors and frames and other work effected by the hardware. 3. Accessibility Standards a. Submit a letter verifying that the hardware submitted is in conformance with Article 9102, Texas Civil Statutes, Elimination of Architectural Barriers Act of Texas. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Underwriter's Laboratories Requirements a. Hardware for opening classes as requiring a UL label in the door schedule, orby code, shall be furnished and installed to meet the applicable requirements of NFPA 80. Hardware for fire doors shall be UL listed for usage with types and sizes of fire doors specified and scheduled. 1.10 DELIVERY, STORAGE, AND HANDLING A. Material shall be delivered to project site in a timely manner as not to impede job progress. Factory drop shipments will not be accepted. Material must be marked with manufacturer's name, number, finish, door number and hardware set number. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Door closers shall carry a published ten-year limited factory warranty against defects in workmanship and operation. 2. Door Push and Pull Bars shall carry a published two-year factory warranty against defects in material and workmanship. 3. Exit devices shall carry a published three-year limited factory warranty against defects in workmanship and operation. PART 2- PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Butts and Hinges Manufacturer List Northside IV Elevated Storage Tank City Project No. 104291 087110-3 FINISH HARDWARE Page 3 of 5 a. Hager Hinge Co. b. Lawrence Brothers c. McKinney Mfg. d. H. Soss & Co. e. Stanley Hardware, Division of The Stanley Works 2. Door Stops Manufacturer List a. Accent Div. Hager Hinge Co. b. Baldwin Hardware Corp. c. Brookline by Yale Security, Inc. d. H.B. Ives e. Quality Hardware Mfg. Co., Inc. f. Trimco Builders Hardware 3. Substitution Limitations a. Only those products listed will be accepted. NO SUBSTITUTIONS WILL BE ACCEPTED. Manufacturers listed as being acceptable must still meet the conditions of this specification. 4. Product Options B. Butts and Hinges: 1. Furnish butts and hinges with flat button tips. 2. Provide hinges from one manufacturer. 3. The following are acceptable manufacturers: 4. Furnish hinges in size, weight and finishes listed in hardware set. Where scheduled as BB, provide ball bearing hinges. Oil -impregnated porous metal bearing hinges are not acceptable. C. Floor Stops: 1. Floor stops shall be solid cast brass or bronze. 2. Furnish and install floor stops with machine screws and expansion shield. 3. As conditions require, provide necessary carpet risers. D. Fasteners: 1. Furnish necessary screws, bolts, and other fasteners of suitable size and type to anchor the hardware in position for long life under hard use. 2. Where necessary, furnish fasteners with toggle bolts, expansion shields, sex bolts, and other anchors, appropriate for the material to which the hardware is to be applied and according to the recommendations of the hardware manufacturer. 3. Fasteners shall be packaged with hardware. 4. Provide fasteners of the same material and finish as the hardware. 2.3 ACCESSORIES A. Hardware Schedule 1. This schedule is intended to include hardware required. Verify doors shown and scheduled on the drawings with doors listed in this schedule. In the event of omissions in the schedule, furnish hardware of the kind, quantity, and quality scheduled for similar locations. Hardware for a complete installation is required, whether specifically mentioned herein or not. 2. Lock cores shall be keyed to match Owner's existing keys. Northside IV Elevated Storage Tank City Project No. 104291 087110-4 FINISH HARDWARE Page 4 of 5 3. Designations in hardware schedule are taken from the following manufacturers: a. Hager b. Corbin Russwin (CR) c. Yale Security, Inc. 4. Hardware Set No. 1: a. Exterior Door 1) 1 Lockset ML2224** (CR) 2) 1 Closer 2300BC (Y) 3) 1 Floor Stop 259F (H) 4) * * The lockset and hardware for the exterior door must be able to accommodate future magnetic card readers. (H) (Y) B. Hardware Locations 1. Locate hardware for doors as follows, unless specifically detailed otherwise: a. Locks and Latches 40" (+/-1") floor to centerline of strike. b. Hinges Manufacturer's standard locations. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections B.Non-Conforming Work C. Manufacturer Services 1. Provide the services of a qualified representative from the exit device manufacturer to be present at the project site to oversee the installation of exit devices on a pair of entrance doors. Upon acceptance, this installation shall set the standard for all exit device installations. D. Coordination of Other Tests and Inspections PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Fit and install hardware on doors in conformance with the following hardware schedule. Hardware shall be installed by tradesmen skilled in the application of commercial grade hardware. 1. Provide properly sized and accurately located mortises and drilled holes for hardware on wood doors, using appropriate jigs, templates and power equipment. 2. Metal frames shall be drilled and tapped accurately. 3. Fit hardware accurately, remove until painter's finish is applied and then replace and adjust. Northside IV Elevated Storage Tank City Project No. 104291 087110-5 FINISH HARDWARE Page 5 of 5 4. Ensure that operating parts move freely and smoothlywithout binding, sticking or excessive clearance. 5. Position and install the various hardware items on doors to agree with the locations specified in SECTION 08 11 19 — STEEL DOORS AND FRAMES, or as may be specifically detailed. 6. Keep knobs and pulls covered with heavy cloth or plastic wraps until final acceptance of the project. Upon completion, leave hardware clean, undamaged and in proper working order 3.5 [REPAIR] / [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING A. Adjust and clean the operating hardware at each door. Lubricate parts with lubricant recommended by manufacturer (graphite type, if no other recommended). Replace units which cannot be adjusted to operate freely and smoothly. 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 SECTION 09 91 00 PAINTING PART 1 - GENERAL 1.1 SUMMARY 099100-1 PAINTING Page 1 of 9 A. Section Includes 1. On-the-job painting and finishing. a. Included: Paint and finish the following materials, fittings and equipment items which are exposed to view inside and outside. 1) Iron and steel 2) Concrete masonry units 3) Interior concrete ceiling and beam surfaces 4) Interior concrete floors 5) Gypsum board 6) Interior caulked joints 7) Bare and insulation covered piping and ductwork, conduit, hangers, grilles and registers, and primed metal surfaces and factory -finished surfaces of mechanical and electrical equipment. b. Not Included: No painting is required on the following: 1) Factory -finished metal lockers and finished light fixtures 2) Architectural aluminum and stainless steel 3) Galvanized metal 4) Acoustic panel ceilings 5) Pre -finished cabinets c. Contractor shall examine the drawings for mechanical and electrical work, and all materials installed throughout the building which require painting shall be painted under this section of the specifications. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions ofthe Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms B. Definitions Northside IV Elevated Storage Tank City Project No. 104291 099100-2 PAINTING Page 2 of 9 1. For purposes ofthis painting specification, the following areas and spaces are not considered finished, occupied areas andthere will be no painting therein except for doors and frames and as may be specifically scheduled in article paint schedule. a. Mechanical chases b. Spaces above suspended ceilings c. Under -floor crawl spaces C. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. ASTMD 16 -Definitions of Terms Relating to Paint, Varnish, Lacquer and Related Products. b. ASTM D 2016 - Test Method for Moisture Content of Wood. c. ASTM D4258 - Practice for Surface Cleaning Concrete for Coating. d. ASTM D 4262 - Test method for pH ofChemically Cleaned orEtched Concrete Surfaces. e. ASTMD 4263 - Test method for Indicating Moisture in Concrete by The Plastic Sheet Method. 3. NACE (National Association of Corrosion Engineers) - Industrial maintenance Painting. 4. NPCA (National Paint and Coatings Association) Guide to U.S. Government Paint Specifications. 5. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. 6. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 1.4 ADMINISTRATIYE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Paint Schedule a. If painting materials other than those specified are proposed for use, submit a complete schedule ofthe materials to be substituted. This schedule, in triplicate, shall be in the same form as the paint schedule included in this section, and shall list materials by manufacturer, brand name and type for each surface to be finished. B. Samples 1. Submit in accordance with Section 0133 00 - Submittals. Submit two 81/2" x 11" samples of each paint color. Samples shall be on heavy cardboard and shall be made with the actual mixed paints to be used on the project. Northside IV Elevated Storage Tank City Project No. 104291 099100-3 PAINTING Page 3 of 9 1.7 CLOSEOUT SUBMITTALS A. Record Documentation 1. Close-out Schedule a. Upon completion of work, furnish a full schedule ofpaint types and colors actually used and formulas for each to the Owner. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Extra Stock Materials 1. Upon completion of the work, deliver to proj ect site 2 gallons of each type and color ofpaint applied to interior and exterior surfaces. Provide formula for custom match colors. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Company specializing in manufacturing quality paint and finish products with 3 years' experience. 2. Applicators a. Company specializing in commercial painting and finishing with 2years ' experience. B. Product Labels 1. Include manufacturer' s name, type ofpaint, stock number, color and label analysis on label of containers. C. Single Source Responsibility 1. Provide primers and other undercoat paint produced by same manufacturer as final coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. D. Do notpaint over code -required labels, such asUnderwriters' Laboratories andFactory Mutual, or equipment identification, performance rating, name or nomenclature plates. Delivery, storage, and handling 1.10 DELIVERY, STORAGE,ANDHANDLING A. Delivery and Acceptance Requirements 1. Deliver materials in original containers with seals unbroken and labels intact. B. Storage and Handling Requirements 1. Contractor shall designate a specific space at the proj ect site for storing and mixing materials. Protect this space and repair all damage resulting from use. Do not store kerosene nor gasoline in this space. Remove oily rags at the end of each day's work. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] Northside IV Elevated Storage Tank City Project No. 104291 099100-4 PAINTING Page 4 of 9 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. The Sherwin-Williams Co. b. Tnemec Co. B. Materials 1. Materials described are based on the specifications of the above listed manufacturers, and are given to designate the quality of materials required. Materials of best quality grade are representative of the standard of quality required. Materials not displaying manufacturer's identification as a first line, best -grade product will not be acceptable. C. Colors 1. The Owner will select colors. Regardless of which brand of paint is selected for use, the Contractor shall intermix and blend as required to obtain an exact match to each color on the color schedule. D. Paint Schedule 1. The products listed below represent top of the line products of each manufacturer. These products are not presented as being equivalent, as there are too many variables to match each product across the board. Manufacturer's designations are: a. SW - The Sherwin-Williams Co. b. TN - Tnemec Co. 2. Interior Metal a. Steel door frames, borrowed light frames, louvers and vision panel frames in doors, hollow metal doors, sound retardant doors and ladders. 1) 1 primer coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 2) 2 finish coats a) SW Acrolon 218 b) TN Series 1095 Endura-Shield b. Other exposed iron and steel 1) 1 primer coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 2) 1 finish coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy c. Items of mechanical and electrical machinery and equipment 1) 1 finish coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy d. Fire extinguisher cabinets, including door and frame inside and outside. 1) 1 finish coat Northside IV Elevated Storage Tank City Project No. 104291 099100-5 PAINTING Page 5 of 9 a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 3. Exterior Metal a. Non -galvanized steel door frames, hollow metal doors, pipe handrails, railings, lintels, gates, and ladders. 1) 1 primer coat a) SW Macropoxy 646 b) TN Series 27 FC Typoxy 2) 2 finish coats a) SW Acrolon 218 b) TN Series 1095 Endura-Shield b. Steel pipe, conduit, hangers, supports and brackets. 1) 1 primer coat a) GL Glid-Guard Tank & Structural Primer No. 5205 Series b) SW Macropoxy 646 c) TN Series 27 FC Typoxy 2) 1 finish coats a) SW Acrolon 218 b) TN Series 1095 Endura-Shield 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS {NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. 2. Examine surfaces scheduledto be finishedprior to commencement of work. Report to Engineer any condition that may potentially affect proper application. B. Preinstallation Testing 1. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: a. Gypsum wallboard: 12 percent b. Interior located wood: 15 percent, measured in accordance with ASTM D2016. 2. Test shop -applied primers for compatibility with subsequent covermaterials. C. Beginning of installation means acceptance of existing surfaces and substrate. 3.3 PREPARATION A. Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions for each substrate condition. B. Surface Preparation Northside IV Elevated Storage Tank City Project No. 104291 099100-6 PAINTING Page 6 of 9 1. Wash galvanized metal surfaces with mineral spirits to remove residual grease and oil. 2. Fill open joints, cracks and crevices on steel buck frames with metal putty and sand smooth before painting. 3. Sand woodwork surfaces smooth before priming. 4. Putty nail holes after the prime coat. 5. Un-coated steel and iron surfaces a. Remove grease, scale, dirt and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts and nuts are similarly cleaned. Spot prime paint after repairs. 6. Shop primed steel surfaces a. Sand and scrape to remove loose primer and rust. Feather edges to make touch- up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. 7. Surface preparation of Existing Concrete Flooring (Acid Etching) a. Remove all surface contamination (ASTM D4258). b. Wet surface with clean water. c. Apply a 10-15% Muriatic Acid or 50% Phosphoric Acid solution at the rate of one gallon per 75 square feet. d. Scrub with a stiff brush. e. Allow sufficient time for scrubbing until bubbling stops. f If no bubbling occurs, the surface is contaminated with grease, oil or a concrete treatment which is interfering with proper etching. Remove the contamination with a suitable cleaner (ASTM D4258) and then etch the surface. g. Rinse the surface three times. Remove the acid/water mixture after each rinse. h. Surface should have a texture similar to medium grit sandpaper. i. It may be necessary to repeat this step several times if a suitable texture is not achieved with one etching. Bring the pH (ASTM D 4262) of the surface to neutral with a3 % solution oftrisodium phosphate or similar alkali cleaner and flush with clean water to achieve a sound, clean surface. j. Allow surface to dry and check for moisture (ASTM D4263) C. Removal 1. Remove hardware and accessories,plates, lighting fixtures and similar items which are not to be finish -painted or provide adequate surface -applied protection for these items in place. 3.4 APPLICATION A. Workmanship shall be ofthe highest quality. Mix and apply paint materials in accordance with the manufacturer' s directions. Spread materials evenly, flow smoothly, and brush out without sags or runs. B. Provide finish coats which are compatible with primer paints used. Provide barrier coats over incompatible primers where required. C. When undercoats, stains or other conditions showthrough final paint coat, apply additional coats until paint film is of uniform color and sheen. Northside IV Elevated Storage Tank City Project No. 104291 099100-7 PAINTING Page 7 of 9 D. Finish the insides of wood cabinets, including backs of cabinet doors, as scheduled for the fronts and ends. E. Between coats, sand enamel and lacquer finish on wood and metal surfaces to produce a smooth, even finish. Use #220 grit sandpaper or finer. F. Tint priming coats and undercoats to approximate shade of final coat to assure uniformity of color in the finish. Touch up suction spots and "hot spots" before applying the last coat to produce an even result in the finish coat. G. Exposed ductwork, piping and conduit in finished, occupied areas shall be painted the same color as the wall or ceiling against which it is installed, unless otherwise noted. H. Apply the finish coat on gypsum board, plaster and concrete surfaces with rollers. I. On concrete masonry unit wall surfaces without ablock filler, apply the first coat of paint with a spray gun. J. Do not paint moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor and fan shafts. K. Do not paint over code -required labels such as Underwriter' s Laboratories andFactory Mutual, or equipment identification, performance rating, name or nomenclature plates. 3.5 RESTORATION A. Reinstall the items removed under the provisions of paragraph above. 3.6 RE -PAINTING A. Locations and Extent 1. The re -painting of existing surfaces shall be as follows a. Painted wall, door and frame surfaces which have been reworked, cut into or patched, whether specifically designated on the drawings or not. Re -painting shall include all openings in existing walls. b. Entire rooms/areas, as designated on the drawings. B. Colors 1. Match existing colors of corresponding surfaces except where new colors are scheduled. C. Preparation 1. Clean surfaces to remove dust and dirt. Remove oil, grease, was and other contaminants which would inhibit paint bond. At ceiling grid to be re -painted, remove grease or oil with paint thinner. 2. Remove rust and loose and flaking paint by scraping and sanding. 3. Sand hard, glossy painted surfaces and ceiling grid to be painted, until dull or treat with surface conditioner to promote adhesion of new coat of paint. 4. Prime bare areas with suitable primer in conformance with the above paint schedule for new work. D. Painting 1. Generally, apply one coat of finish paint over old and new surfaces, using the same materials scheduled in the above paint schedule for like new surfaces. E. Verification Northside IV Elevated Storage Tank City Project No. 104291 099100-8 PAINTING Page 8 of 9 1. Verify the extent of re -painting work at the building and make due allowance for cutting and patching required for installation ofinechanical and electrical work. 3.7 SITE QUALITY CONTROL A. Products listedin following schedule and/or substitutes proposed for useby Contractor must be formulated to meet all applicable ordinances and regulations regarding maximum V.O.C. content. Utilize products which have been specially formulated to meet such requirements. B. Environmental Requirements 1. Maintain the temperature inside the building at not less than 60°F during painting and finishing. C. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 65 ° F for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. D. Minimum application temperatures for latexpaints 1. 45° F for interiors; 50° F for exterior; unless required otherwise by manufacturer's instructions. E. Minimum application temperature for varnish and finishes 1. 65 ° F for interior or exterior, unless required otherwise by manufacturer' s instructions. F. Provide lighting level of 80 ft.-candles measured mid -height at substrate surface. G. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces; unless otherwise permitted by the paint manufacturer' s printed instructions. Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified during application and drying periods of24 hours between coats and 72 hours after final coat. H. Protection 1. provide sufficient drop cloths to fully protect adjacent finished work. 3.8 SYSTEM STARTUP [NOT USED] 3.9 TOUCH UP A. On completion, carefully touch up all holidays, marred and damaged spots, and work over all surfaces that have been repaired by other trades. 3.10 CLEANING A. Remove spilled, splashed and splattered paint from all surfaces. Do not mar surface finish of item being cleaned. Northside IV Elevated Storage Tank City Project No. 104291 099100-9 PAINTING Page 9 of 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOTUSED] 3.14 ATTACHMENTS [NOTUSED] END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 0997 14- 1 STEEL WATER STORAGE TANK PAINTING Page 1 of 15 SECTION 09 97 14 STEEL WATER STORAGE TANK PAINTING PART 1 - GENERAL A. Section Includes 1. This item will consist of repair and preparation of surfaces to be painted, application of complete interior paint system and exterior paint and overcoat paint systems, paint system materials and disinfection of surfaces which contact potable water. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions ofthe Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Steel Structures Painting Council's Steel Structures Painting Manual and Specifications contained within shall be referred to as SSPC. 2. American Water Works Association Standards shall be referred to as AWWA. 3. American Society for The Testing ofMaterials standards and specifications shall be referred to as ASTM. 4. U.S. Environmental Protection Agency shall be referred to as EPA. 5. National Association of Corrosion Engineers shall be referred to as NACE. 6. American National Standards Institute Standards shall be referred to as ANSI standards. 7. Code of Federal Regulations shall be designated as CFR. 8. Texas Administrative Code shall be designated asTAC. B. Definitions 1. Interior surfaces a. Include the underside ofthe roofplate, girders, rafters, columns, pipes, floor, appurtenances (including ladders), wall, inner surface, and the tank overflow and influent structures. Northside IV Elevated Storage Tank City Project No.104291 0997 14 - 2 STEEL WATER STORAGE TANK PAINTING Page 2 of 15 2. Exterior surfaces a. Include the outside of the tank, and appurtenances (including ladders). C. Reference Standards 1. Reference standards cited in thi s specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 3. American Society for Testing and Materials (ASTM): a. ASTM D4417- Standard Test Methods for FieldMeasurement ofSurface Profile of Blast Cleaned Steel 4. American Water Works Association Standards (AWWA) a. AWWA D107 —Composite Elevated Tanks for Water Storage b. AWWA C652 — Disinfection of Water StorageFacilities 5. Texas Administrative Code 6. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting. 7. NPCA (National Paint and Coatings Association) Guide to U.S. Government Paint Specifications. 8. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. C. Environmental Controls 1. The CONTRACTOR shall submit to the ENGINEER a written plan describing environmental humidity and temperature climate controls for the tank interior. Submittal shall include equipment type, size, and power requirements. This submittal shall be for informational purposes only. Review ofthis submittal shall not constitute approval of the proposed method nor place any responsibility for the same upon the Engineer. D. Shrouding 1. Contractors shall submit to the engineer a written plan describing the type and performance of the proposed shrouding method. Performance data shall include time required to raise and lower shroud and containment efficiency. This submittal shall be for informational purposes only. Review of this submittal shall not constitute approval of the proposed method nor place any responsibility for the same upon the Engineer. An engineer licensed in the state of Texas must seal the shrouding plan. E. Blast Cleaning 1. Contractor shall submit to the Engineer a written plan describing the materials and methods proposed for use in blast cleaning. A separate submittal shall be made for each method proposed. Northside IV Elevated Storage Tank City Project No.104291 099714-3 STEEL WATER STORAGE TANK PAINTING Page 3 of 15 F. Paint 1. Contractor shall submit to the Engineer the manufacturer's technical information including paint label analysis and application instructions for each material to be used. In addition, Contractor shall submit color samples for review of color and texture. All paint, primers and paint thinness, including primer for shop primed components, shall be from the same approvedmanufacturer. G. Paint Substitutions 1. As part of the proof of equality, the Engineer may require at the cost of the Contractor certified reports from a nationally known reputable and independent testing laboratory conducting comparative tests as directed by the Engineer between the product specified and the requested substitution. Two comparative tests shall have been made within two years prior to award of contract. H. Welding Certification 1. Welding procedures and welding operators shall be qualified in accordance with AWWA D107. I. TCEQ Notification 1. Contractor shall satisfy the requirements as set forth in 30 TAC, Rule 111.135 prior to blasting. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USE I 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. System Description 1. Surface Preparation a. Contractor will be required to prepare each tank for painting. Contractor shall prepare all surfaces for painting in accordance with the SSPC Steel Structures Painting Manual except as amended herein. The finished quality of the interior surface preparation within the tank shall conform to S SPC - SP 10, "Near White Blast Cleaning." The finished quality of the exterior surfaces shall conform to SSPC-SP 6, "Commercial Blast Cleaning". All surfaces other than those inside the tank bowl shall be considered exterior surfaces. 2. All paint shall conform to current state and federal regulations applicable to Volatile Organic Compounds (VOC's). 3. The Contractor shall control emissions from abrasive blasting in accordance with 30 TAC, Rule 111.135 or Rule 111.137. B. Environmental Control Conditions 1. Exterior Coatings a. All coating systems shall be applied with strict compliance to the manufacturer's recommendations. A manufacturer' s representative shall be made available for interpretation of application requirements. The manufacturer's representative shall visit the job site weekly to verify proper application. Northside IV Elevated Storage Tank City Project No.104291 099714-4 STEEL WATER STORAGE TANK PAINTING Page 4 of 15 2. No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 degrees Fahrenheit. No paint shall be applied when it can be anticipated that the temperature will drop below 40 degrees Fahrenheit within 18 hours after the application of the paint. No paint shall be applied when the temperature of the surface is below 50 degrees Fahrenheit or within 5 degrees Fahrenheit of the dew point, whichever is greater. Paint shall not be applied to wet or damp surfaces, and shall not be applied in rain, snow, fog or mist, or when the relative humidity exceeds 85 percent. Dew or moisture condensation should be anticipated, and, if such conditions are prevalent, painting shall be delayed until surfaces are dry. Paint shall not be applied to surfaces that are hot enough to cause blistering or pin -holing of the film. 3. Ifthe paint manufacturer' s requirements are more stringent, the Contractor shall follow them instead. 4. During periods of inclement weather or to achieve the conditions stated above, painting maybe continued by enclosing the surface with temporary shelters and providing dehumidification equipment. C. Special Coating Application Certification Requirements 1. Applicator is required to be QP1 Certified or NICAPP AS-1 Certified. a. Only applicable to the Alternate Bid 1 Polyurethane Interior Coating System. 1. 10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All materials shall be brought to the job site in the original sealed and labeled containers of the paint manufacturer, and shall be subj ect to inspection by the Inspector or Engineer on the job. B. Storage and Handling Requirements 1. Paint shall be stored in a secured area in compliance with paint manufacturer' s recommendation. 2. The Contractor shall use one convenient location for keeping all materials and doing all mixing, etc. Oily rags and waste shall be frequently removed, and under no circumstances shall they be allowed to accumulate. C. Packaging Waste Management 1. All empty paint containers shall remain on the job site until such time as painting is complete and shall be subject to inspection by the Engineer on the job. Storage and disposal of empty paint containers must comply with TCEQ regulations. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. A paint manufacturer's representative shall be made available for an inspection annually for two years from the date of final acceptance of the project by the Owner at no cost to the Owner. The maintenance and/or warranty period stipulated within the contract documents shall remain in force. Northside IV Elevated Storage Tank City Project No.104291 099714- 5 STEEL WATER STORAGE TANK PAINTING Page 5 of15 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOTUSEDJ 2.2 PRODUCTS A. Manufacturers 1. Manufacturer List a. All materials used for both interior and exterior coating systems shall be from one manufacturer. 1) Sherwin Williams 2) Tnemec 3) Carboline 2. Substitution Limitations a. Materials specified are those that have been evaluated for the specific service and establish a standard of quality. Equivalent materials of other manufacturers may be submitted on written approval of the Engineer. Refer to Part 1.5.G for other requirements. b. Requests for substitution shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service. B. Performance / Design Criteria 1. Tank Interior Coating System a. Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be removed by power tool cleaning. Sharp proj ections shall be ground to smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178 and herein. b. Surface Preparation: SSPC-SPIO Near -White Metal Blast Cleaning. Anchor profile shall meet the paint manufacturer' s recommendations as per ASTMD 4417, Method C or NACE Standard SP0287. c. Coating System: 1) Interior Coatings must be certified ANSI/NSF Std. 61/600 approved for potable water storage. The First Coat of primer may be shop applied. 2) Alternate Bid 1 (Polyurethane Interior Coating System): a) Sherwin Williams (1) Stripe Coat (a) Dura-Plate UHS Primer, 15-20 mils dry filmthickness (2) Final Coat (a) Poly -Cote 115 Elastomeric Polyurethane, 25-30 mils dry film thickness b) Tnemec (1) Stripe Coat (a) Elasto-Shield Series 406, Polyurethane Hybrid, 15-20 mils dry film thickness (2) Final Coat (a) Elasto-Shield Series 406, Polyurethane Hybrid, 25-30 mils dry film thickness Northside IV Elevated Storage Tank City Project No. 104291 09 97 14 -6 STEEL WATER STORAGE TANK PAINTING Page 6 of 15 c) Carboline (1) Stripe Coat (a) Reactamine 760 Series, HB Polyurethane Hybrid, 15-20 mils dry film thickness (2) Final Coat (a) Reactamine 760 Series, HB Polyurethane Hybrid, 25-30 mils dry film thickness 3) Alternate Bid 2 (Epoxy Interior Coating System): a) Sherwin Williams (1) First Coat/Shop Prime Coat (a) Corothane I Galvpac Two Zinc Primer, 3-4 mils dry film thickness (2) Stripe Coat (a) Dura-Plate UHS Primer applied by brush to all weld seams, edges, comers, bolts, nuts and other difficult to coat areas, 3-4 mils dry film thickness (3) Second Coat (a) Dura-Plate UHS Ultra High Solids Epoxy, 20-30 mils dry film. thickness b) Tnemec (1) First Coat/Shop Prime Coat (a) Series 94 H2O Hydro -Zinc, 2.5-3.5 mils dry film thickness (2) Stripe Coat (a) Series N140-1255 Pota-Pox applied by brush to all weld seams, edges, corners, bolts, nuts and other difficult to coat areas. 2.5-3.5 mils dry film thickness (3) Second Coat (a) Series 22-WH11 Off -White Epoxoline, 20-30 mils dry film thickness c) Carboline (1) First Coat/Shop Prime Coat (a) Carbozinc621 PW, 2-3 mils dry film thickness (2) Stripe Coat (a) Carboguard 635 applied by brush to all weld seams, edges, comers, bolts, nuts and other difficult to coat areas 3-4 mils dry film thickness (3) Second Coat (a) Phenoline Tank Shield, 20-30 mils dry film thickness d. Stripe Coat 1) After applying the first coat and prior to applying the second coat, all weld seams must be brushed with a coat or primer. The primer shall be of the same series and manufacturer used for the first coat; however, the color shall be in contrast with the first coat. If contrasting color is not available, an epoxy stripe coating may be submitted for review as a substitution. Thin the primer and apply according to the manufacturer's recommendations. 2. Tank Exterior Coating Systems a. Surface Preparation Prior to Abrasive Blast Cleaning 1) Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D, and herein. Northside IV Elevated Storage Tank City Project No. 104291 099714-7 STEEL WATER STORAGE TANK PAINTING Page 7of15 b. Surface Preparation 1) SSPC-SP6 Commercial Blast Cleaning. Angular profile shall meet the paint manufacturer's recommendations per ASTM D 4417, Method C or NACE Standard RP0287. An angular anchor profile of 2.0 to 3.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. Any pre - construction primers other than the specified primer shall be completely removed. c. Coating System 1) Colors are to be selected by the owner. 2) The First Coat of primer may be shop applied. 3) Sherwin Williams a) First Coat/Shop PrimeCoat (1) Corothane I Galvpac Two Zinc Primer, 3.0-4.0 mils dry film thickness b) Stripe Coat (1) Sherplate 600, 3.0-4.0 mils dry film thickness c) Second Coat (1) Acrolon 218 HS, 2.0-3.0 mils dry filmthickness d) Third Coat (I) FluoroKem Fluoropolymer Urethane, 2.0-3.0 mils dry film thickness e) Logo (1) FluoroKem —Fluoropolymer Urethane, 2.0-3.0 mils dry film thickness 4) Tnemec a) First Coat/Shop Prime Coat (1) Series 94 H2O Hydro -Zinc, 2.5-3.5 mils dryfilm thickness b) Stripe Coat (1) Series 94 H2O Hydro -Zinc, 2.5-3.5 mils dry filmthickness c) Second Coat (1) Series 73 Endura-Shield applied at 2.0-3.0 mils dry film thickness d) Third Coat (1) Series 700 HydroFlon, 2.0-3.0 mils dry film thickness e) Logo (1) Series 700 Hydroflon, 2.0-3.0 mils dry filmthickness 5) Carboline a) First Coat/Shop Prime Coat (1) Carbozinc 859 Epoxy Zinc Rich, 3-5 mils dry film thickness b) Stripe Coat (1) Carboguard 60, 3-4 mils dry film thickness c) Second Coat (1) Carbothane 133 BB Urethane, 3-5 mils dry film thickness d) Third Coat (1) Carboxane 950 VOC Fluorourethane, 2-3 mils dry film thickness e) Logo Carboxane 950 VOC Fluorourethane, 2-3 mils dry film thickness d. Stripe Coat Northside IV Elevated Storage Tank City Project No. 104291 099714-8 STEEL WATER STORAGE TANK PAINTING Page 8 of 15 1) After applying the first coat and prior to applying the second coat, all weld seams must be brushed with a coat or primer. The primer shall be of the same series and manufacturer used for the first coat; however, the color shall be in contrast with the first coat. If contrasting color is not available, an epoxy stripe coating may be submitted for review as a substitution. Thin the primer and apply according to the manufacturer's recommendations. e. Epoxy Seam Sealants 1) Sherwin Williams Steel -Seam FT 910 2) Tnemec 63-1500. 3) Carboline Carboguard 501 C. Materials 1. Blast Cleaning Abrasives a. Blasting shall be done with an abrasive material ofnon-silica composition. This abrasive material shall be clean, dry, and free of clay particles and other extraneous matter and shall include a dust emission reducer, "Dustnet" or approved equal. The Owner' s representative must approve the abrasive material before blasting is begun. b. Compressed Air used for blasting shall be free of detrimental amounts of water and oil. Adequate traps and separators shall be provided at the compressor. c. If wet abrasive blasting is used, aRust Inhibitor compatible with the coating systems shall be included in water for wet blasting. 2.3 ACCESSORIES A. Equipment 1. Agitator a. The Contractor shall provide asuitable mechanical agitator and shall agitate all paint until proper dispersion of materials is secured. All paint ingredients shall be in a satisfactory dispersed condition at the time of application. Use equipment that conforms to the paint manufacturer's requirements. 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USEDI 32 EXAMINATION [NOT USED] 33 PREPARATION A. Material Preparation 1. Mix and thin materials according to manufacturer's latest printed instructions. 2. Do not use materials beyond manufacturer's recommended shelflife. 3. Do not use mixed materials beyond manufacturer's recommended pot life. B. Surface Preparation Northside IV Elevated Storage Tank City Project No. 104291 09 97 14 - 9 STEEL WATER STORAGE TANK PAINTING Page 9 of 15 1. All surfaces shall be prepared in accordance with the paint manufacturer's recommendations and as a minimum shall be cleaned free of all old paint, rust, corrosion, mill scale, oil and grease. During the cleaning or other operations inside the structure, all interior controls, floats, cathodic wiring, etc., to remain must be removed, and a cover shall be provided over the entrance of all pipes to prevent foreign matter from entering the pipes. 2. After the surfaces have been cleaned to the specified SSPC standard, they shall be inspected by the Owner for any required structural repairs, and these areas shall be so marked as to enable repairs to be made. Such repairs will include, but are not limited to, leaks at riveted or welded seams, the interior ladder and controls. Such places shall include, but not limited to, the structural roof supports, and bolt connections. Epoxy seal sealer shall be used to seal all cracks and crevices which are not 100% sealed against moisture intrusion. 3. Spot Cleaning a. All rust, peeled or cracked paint, overspray, runs, sags and non -adherent paint shall be removed. All exposed edges of the remaining paint shall be feathered, and spot cleaning shall be conducted in amanner to minimize damage to sound material. All foreign matter shall be removed from seams, pickets, j oints and the bottom of the columns and plates. 4. In the case of new construction, the Contractor has the following option: the surface preparation may be done by acid treatment, and primer immediately following, or the surface preparation may be done by blast cleaning and primer immediately following. The cleaning and priming shall be done in the shop. All paint, primers andpaintthinners, including primer for shop primed components, shall be from the same approved manufacturer. 5. All surfaces to be painted shall receive a final brush blast immediately before applying the initial coating. The time limit between final blasting and initial coating shall be in accordance with the manufacturer's recommendations, and in no case shall this time period exceed two hours. C. Dehumidification 1. Dehumidification equipment shall be used to control the environment in the reservoir wet area and roof 24 hours aday during blast cleaning, coating application and coating cure. Approved automatic real-time monitoring equipment shall be provided and shall be used when no Contractor personnel are on site. 2. Desiccant dehumidifiers are required and will be a solid desiccant design having a single rotary desiccant wheel capable of fully automatic continuous operation. No liquid, granular, or loose lithium chloride drying systems will be accepted. The desiccant wheel shall be made of afire -retardant material tested to ASTM standard E 84-90. Air conditioning units may be used only ifin combination with Desiccant units to control temperature. 3. The CONTRACTOR shall furnish all labor, materials, equipment, fabrication and quality control inspections, and all other incidentals required to control and maintain the environment of the reservoir within the parameters stated in this specification and shall incorporate these and any other expenses into his bid. Northside IV Elevated Storage Tank City Project No. 104291 099714-10 STEEL WATER STORAGE TANK PAINTING Page 10 of 15 4. The OWNER reserves the rights, in the event the dehumidification equipment is not performing to the minimum requirements stated in this specification, to require the CONTRACTOR to modify and or add additional equipment to satisfy the conditions of this specification, at the sole cost to the CONTRACTOR. It is the CONTRACTOR'S responsibility to provide adequate dehumidification equipment to meet this specification and Coating Manufacturer's requirements. 5. Coating Manufacturer's minimum limits of surface temperature, interior reservoir air temperature and relative humidity requirements shall govern ifmore stringent than the requirements stated within this Specification: SURFACE TEMPERATURE: a. Abrasive cleaning operations: 1) Dew point- minimum of 17 degrees belowthe surface temperature ofthe reservoir interior. b. Paint operations: 1) Surface temperatures shall be maintained at a minimum of 40° F or the published Coating Manufacturer's recommendations. Coating Manufacturer' s recommendations shall govern if minimum temperature required is greater than 40° F. The maximum air and surface temperature shall not exceed the published recommendation of the CoatingManufacturer. 2) Dewpoint- minimum of 17 degrees belowthe surface temperature ofthe reservoir interior. c. Paint curing: 1) Dewpoint- minimum of 10 degrees belowthe surface temperature ofthe reservoir interior. RELATIVE HUMIDITY: a. Abrasive cleaning operations: 1) The relative humidity ofthe reservoir inside ambient air shall not exceed 5 5%RH as measured by asling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). 2) The reservoir inside ambient air shall be maintained, as stated in the preceding paragraph, until the abrasive cleaning operations have been completed and coating operations have covered all bare substrates. b. Paint operations: 1) During coating operations the relative humidity of the reservoir inside ambient air shall not exceed 5 5% RH as measured by a sling psychrometric or another measuring device such as a continuous EMD (electronic monitoring device). c. Paint curing: 1) During coating curing the relative humidity ofthe reservoir inside ambient air shall not exceed 75% RH as measured by a sling psychrometric or another measuring device such as acontinuous EMD (electronic monitoring device). AIR CHANGE: Northside IV Elevated Storage Tank City Project No. 104291 09 97 14 - 11 STEEL WATER STORAGE TANK PAINTING Page 11 of 15 a. Abrasive cleaning and Paint operations: 1) The equipment shall be sized so that it is capable of changing the volume of the air inside the entire reservoir a minimum of one (1) time per hour during abrasive blasting and coating operations. b. Paint curing: 1) During coating curing and when no coatings are being applied inside the reservoir the equipment shall be sized so that it is capable of changing the volume of the air inside the entire reservoir a minimum of one (1) time per hour. AIR DISTRIBUTION: a. The process air shall be distributed so as to be able to contact the entire reservoir interior. If necessary, special equipment shall be provided to achieve this requirement. b. To prevent the introduction and distribution of moisture into the controlled environment during the abrasive cleaning operation, air compressors shall be operated with after coolers or deliquescent dryers for moisture removal. c. Air filtration/dust collectors shall be used in conjunction with the dehumidification equipment during blasting operations. Power: d. All desiccant dehumidification units shall be propane powered. However, if sufficient electrical power is available, electrical power may be used. Use of air conditioning to achieve dehumidification is not acceptable. D. Containment 1. Containment a. Control emissions from abrasive blasting in accordance with 30 TAC, Rules 111.135 or Rule 111.137. b. Ensure that no spent cleaning blasting debris, dust, overspray, coating droplets, or emissions of any kind escape to the atmosphere, the base of the tank, or adj acent building, private property, worksites and parking lots. 34 APPLICATION A. The Contractor and all workers employ edby Contractor shall conduct all operations in a clean and sanitary manner and in conformance with all aspects of the General Conditions. Contractor shall at all times provide dust and overspray controls for blasting and painting operations. B. Ventilation 1. The Contractor must provide adequate reverse chimney effect forced air ventilation while painting or coating the interior surfaces of atank. The ventilation shall be adequate to remove fumes, prevent the possibility of an accumulation ofvolatile gases, protect workers and prevent damage to the tank. The Contractor shall be held financially responsible for all damage to the tank caused by inadequate ventilation. C. Mixing Northside IV Elevated Storage Tank City Project No. 104291 09 97 14 - 12 STEEL WATER STORAGE TANK PAINTING Page 12 of 15 1. Splitting paint kits and mixing of partial kits is not allowed. Mix only whole kits and discard any leftover paint. Mixing of all coatings must be performed in strict compliance with the manufacturer's recommendations. D. General Application 1. All paint and finishing materials shall be applied by skilled workmen and shall be brushed or sprayed in even, thorough coats without runs, crazing, sags or other blemishes. All coats, regardless of material, shall be thoroughly dry before applying succeeding coats. Full drying time as recommended by the manufacturer of the particular paint involved shall be allowed between coats. All products shall be applied in strict accordance with the manufacturer's recommendations included DFT, curing time, etc. Painting systems shall be applied by one or more of the following described methods. However, spray application will not be permitted for exterior surfaces unless the Contractor contains overspray by amethod acceptable to the Engineer. Application equipment shall be in conformance with the manufacturer's recommendations for each coating. E. Brush Application 1. Only top quality hog hair or synthetic bristle brushes shall be used. All paint shall be applied so as to form a uniform film of a thickness which is consistent with the specified coverage for the paint being used. Sufficient cross brushing shall be used to insure filling of all surface irregularities and complete coverage. Particular care shall be used in painting corners and other restricted places to obtain uniform application. All final brushing strokes shall be made in the same direction and toward the previously applied paint. F. Roller Application 1. Rollers used for applying coatings shall be of the highest quality and must be kept as clean as possible at all times. Any coating rolled on must form a uniform film and must give the same end results as a brushed on coat. Rolling shall be supplemented by brushing in areas where rolling couldnot give complete coverage, such as comers, edges, welds, crevices, bolts, rivets or other irregular surfaces. G. Spray Application 1. When paint is applied by spraying, the air gun used shall be adjustable for regulation of the air and paint mixture. The equipment shall have a suitable water trap to remove moisture present in the compressed air. Paint pots shall be equipped with a hand agitator to keep the paint well mixed. All equipment shall be thoroughly cleaned at the end of each day's work. The width of the spray shall be not less than twelve (12) inches, or more than eighteen (18) inches. The pressure shall be suitable for type of paint used. Frequent checks shall be made to ensure maintenance of correct spreading rate; care shall be taken to see that edges, corners, and bolt heads are completely covered, and that there has been no bridging over the film. Airless spray application is acceptable with prior approval of the Engineer. 35 REPAIR A. Seam Welding 1. All other corrosion shall be repaired and all seams rewelded as necessary to prevent future leaks and to protect the integrity of the coating system. B. Surface Grinding Northside IV Elevated Storage Tank City Project No. 104291 099714-13 STEEL WATER STORAGE TANK PAINTING Page 13 of 15 1. The Contractor shall grind and round all sharp edges created as aresult of structural repairs or other work related to this contract. C. Weld Grinding 1. All welds shall be continuous, ground to a curve and free of porosity, pockets, high spots, rough proj ections and ripples to provide a coatable surface. All welds shall be blended smoothly into plate surface. All weld slag, spatter and flux shall be removed. Grinding ofwelds shall comply with designation "D" ofNACE Standard SP0178. D. Weld Spatter 1. All areas containing existing weld flux and spatter shall be ground down providing a smooth coatable surface. 36 RE -INSTALLATION [NOT USED] 37 FIELD QUALITY CONTROL A. General 1. All work and materials supplied under this specification shall be subject to inspection by the Owner or its representative. All parts of the work shall be accessible to the inspector. The Contractor shall correct such work or replace such material if found defective. Such inspection will not relieve the Contractor of the responsibility of furnishing qualified labor and materials in strict accordance with the specifications. B. Threshold Inspections 1. At certain stages in the project the Contractor will not be allowed to proceed until a thorough inspection has been performed by the Owner's representative and the Owner's representative has approved the work up to that point. The following threshold inspections will be required: a. Surface Preparation and Repair Completion 1) After all repairs have been made and surfaces prepared in accordance with these specifications andthe coating manufacturer's instructions. The proj ect site or area to be painted (interior or exterior of tank) shall be cleaned and ready for coating operations to begin. b. Completion of Each Coat 1) After each prime coat application and touch up; when the tank is ready to receive the following coat. All shop applied primer must be inspected by the Owner's Representative prior to transportation from the place of manufacture. If the place of manufacture is a distance greater than 100 miles from the City of Fort Worth, the Contractor shall be responsible for the cost of transportation and lodging for the Owner's Representative associated with inspection of the prime coat. c. Substantial Completion 1) When all work and cleanup is completed and prior to contractor moving equipment and work force off the job. Northside IV Elevated Storage Tank City Project No. 104291 099714-14 STEEL WATER STORAGE TANK PAINTING Page 14 of 15 2. The Contractor will notify the Owner 48 hours in advance of needing threshold inspection. Pri or to scheduling the inspection, the Contractor shall have sufficiently reviewed his work and believe it to be ready for threshold inspection. The cost of additional threshold inspections required because work was not approved at the original threshold inspection will be borne by the Contractor. The threshold inspections will not relieve the Contractor of his responsibility to furnish qualified labor and materials in accordance with the specifications. C. Quality Control Log 1. The Contractor shall maintain a quality control program to include a daily log and ,at a minimum, the following quality control checks: a. Compressed air blotter test performed at start of day and every four hours. b. Surface preparation visual checks using SSPC VIS 1-89. c. Surface profile checks periodically using Testex Replica Tape. d. Wet film thickness, periodically as coating is applied using an approved gauge. e. Dry film thickness, daily and periodically as coating dries, using an Elcometer Thickness gauge or equal. f. Holidays, daily and periodically as needed using an approved low voltage holiday detector. g. Environmental condition, minimum of twice daily, once prior to beginning work and again every four hours during painting operations: 1) Ambient temperature. 2) Dewpoint and relative humidity using a sling Psychrometer and U. S. Weather Bureau Psychometric Charts. 3) Steel surface temperatures on at least two opposite sides of tank using surface sensing thermometers. 4) Wind speed and direction. 2. The Contractor's daily log shall be kept on site at all times and be made available for review by the Owner or Owner's representative on demand. A copy of the daily log shall be faxed to the project inspector at the end of each day work is performed. The daily log shall include as a minimum the following information: a. Date. b. Name of Contractor. c. Project Name. d. Person's Name who Makes Log Entry. e. Specific Progress 1) Areas of tank blasted 2) Repairs made including location 3) Coatings applied and location 4) Touch Up work and location f. Environmental conditions as listed in Paragraph 3.7.C.1.g, and the time readings were taken. g. Locations and results of all quality control checks. h. Product manufacturer and batch numbers of coatings used that day. i. Problems encountered and action taken as a result. D. Field Tests and Inspections 1. Testing Equipment a. The Contractor shall furnish an approved type dry mil gauge apparatus to measure the dry filmthickness. The Elcometer Thickness Gauge or equal shall be furnished to the Owner for his use. The Contractor shall also furnish to the Northside IV Elevated Storage Tank City Project No. 104291 099714-15 STEEL WATER STORAGE TANK PAINTING Page 15 of 15 Owner, for his use, holiday detector devices. Holiday detector devices shall be approved low -voltage type. All of the above inspection gauges shall be furnished and on the job before the Owner will permit painting operations to proceed and shall remain on the job until its completion and acceptance. The Contractor or his representative shall instruct the Owner on the proper use, care and calibration of all such gauges. The above -required testing gauges and calibration materials shall be furnished to Owner and are returnable to the Contractor upon completion of the job. The cost of furnishing all of the above required gauges to the Owner for his use shall be subsidiary to this bid item. 2. Bacteriological Testing a. Following disinfection, the tank shall be filled and sampled by the Contractor for bacteriological testing, prior to being put into service. The testing shall be as described in AWWA Specification C652, Section 4.4 - Bacteriological Sampling and Testing. Results of the test shall be reviewed by the Engineer. Final decision upon the suitability of the disinfection procedure shall rest with the Engineer. Should repeat of the disinfection procedure be required, additional cost of disinfection, testing and water to fill the tank shall be borne by the contractor at no additional cost to the Owner. 38 SYSTEM STARTUP [NOTUSED] 39 ADJUSTING [NOT USED] 310 CLEANING A. Cleanup 1. At the completion of the work, the Contractor shall clean off all paint spots, oil and stains from surfaces and leave the entire project in a satisfactory condition. Special attention shall be given to the tank foundation in that it shall be protected at all times from paint splatter. Any overlapping of the paint onto the concrete shall be cleaned by grinding or other methods as approved by the Engineer. B. Disinfection 1. Prior to placing the tank in service, the structure shall be thoroughly disinfected by spray application of a chlorine and water solution as described in the most current version of AWWA Specification C652, Section 4.2 - Chlorination Method 2. 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 a 221010-1 PLUMBING Page 1 of 7 SECTION 22 10 10 PLUMBING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Include the following: a. Domestic cold water piping. b. Waste, drain, and vent piping. c. Miscellaneous devices and equipment. 2. On -site: Make connections to the on -site utilities listed below. a. Water B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement andPayment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Abbreviations andAcronyms B. Definitions C. Reference Standards 1. Reference standards citedinthis specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Electric Code - NFPA 70 3. Underwriter's Laboratories, Inc. Standards 4. International Plumbing Code 1.4 ADMINISTRATIVE REQUIREMENTS [NOTUSED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. Northside IV Elevated Storage Tank City Project No. 104291 221010-2 PLUMBING Page 2 of7 C. Submit list of and Product Data for products incorporated into the Work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Include manufacturer's instructions for each product with submittal. B. Shop Drawings 1. Sump Pumps 1.7 CLOSEOUT SUBMITTALS [NOTUSED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Firms regularly engaged in manufacture of products ofthis type, and whose products have been in satisfactory use in similar service for not less than 5 years. 2. Installers a. Qualified with at least 5 years of successful installation experience on projects with Work similar to that required for this project. 1.10 DELIVERY, STORAGE, AND HANDLING [NOTUSED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 PRODUCTS A. Domestic Water System 1. Lead -Free Products a. Provide materials, products, and fabrications that comply with Environmental Protection Agency (EPA) requirements and recommendations regarding lead content and contribution of lead to potable water, that have no lead or lead alloys in contact with potable water, and that do not contribute to or cause lead in potable water. b. Solder 1) Lead free, ASTM B32 95-5 tin -antimony or Grade Sn96 tin -silver solder. c. Flux 1) Containing not more than 0.2 percent lead, meeting NSF 61. 2. Piping, Interior to 5 'Outside a. Copper 1) Straight water tube, K or L, ASTM B88 orB543. 2) Wrought copper and bronze solder joint pressure fittings, ANSIB16.22. b. Where Indicated on Drawings to be Below, in, or Through Slab -On -Grade Northside IV Elevated Storage Tank City Project No. 104291 221010-3 PLUMBING Page 3 of 7 1) Copper, coiled water tube, K or L, ASTM B88. 2) Wrought copper and bronze solder joint pressure fittings, ANSI B16.22. 3) Pipe 1.5" or Smaller, in or Under Slabs -on -Fill: Continuous, without joints or fittings. 4) Pipe 2" or Larger, in or Under Slabs -on -Fill: Brazed joints. 3. Hose Connections a. General 1) Provide hose connections with ANSI-ASSE 1011 hose connection vacuum breaker b. Acceptable Manufacturers 1) Jonespec, Josam, Smith, Wade, Zum c. FPWH (Wall non -freeze, lockable) 1) Non -freeze, vacuum breaker, 3/4" hose bib, 3/4" supply connection, hinged locking cover, bronze box and cover; Smith 5509, Josam 71000. 4. Back Flow Presenter (BFP) a. BFP Back -Pressure Relief, High Hazard: Reduced pressure principle with check valve assembly with intermediate relief valve for high hazard cross connections; ASSE No. 1013, AWWA C506, two isolating ball valves, built-in strainer, ball valve test cocks, suitable for horizontal or vertical installation as indicated on the Drawings; Watts No. 909 series. B. Drainage Products 1. Acceptable manufacturers a. Jonespec, Josam, Smith, Wade, Zum. 2. Cleanouts: ANSI Al 12.36.2M a. FCO General Areas 1) Leveleze floor cleanout, galvanized cast iron body, spigot or no -hub connection with internal threaded bronze cleanout plug, adjustable ABS housing having a secured scoriated satin nikaloy cover and round top; Josam 56010-22-31 b. DGCO (Double grade cleanouts) 1) Cast iron clean -out, double flanged housing, scoriated cast iron cover with lifting device, gasket sealed bronze plug, vandal proof screws, set in 18" square by 5-1/2" thick cast -in -place concrete block, set flush with finished grade, see detail on drawings; Josam 58860. 3. Floor Drains: ANSI A112.21.IM a. Provide with two-piece body, flashing collars with seepage openings, auxiliary inlet tap for trap primer when indicated, deep -seal P-trap; size indicated on the Drawings. b. Floor Drain Schedule 1) FDI Floor Drain: Type "A" adjustable strainer top, buff -polished nickel - bronze alloy top, galvanized cast iron parts, vandal -proof and secured; Josam 30000-6A-17-92. 4. Indirect Drain Fittings (Open sight) a. AGI Air Gap: 1/4" to 1" inlet, 3/4" to 1-1/2" outlet, galvanized cast iron, air gap minimum of /2 times the inlet diameter or 1", whichever is greater; Josam 88900-40. C. Drain, Waste, And Vent (DWV, within building to 5 feet outside) 1. Below Grade or Below Slab on Carton Form: Use one of the following. Northside IV Elevated Storage Tank City Project No. 104291 221010-4 PLUMBING Page 4 of 7 a. Extra heavy hub and spigot, ASTM A74; rubber gaskets, ASTMC564. b. Service or extraheavy hub-and-spigotASTM A74; rubber gaskets, ASTM C564. c. Copper Drainage Tube (DWV) pipe ASTM B306; fittings, cast bronze solder- joint, ANSI B16.23 or wrought copper and wrought copper alloy solder joint, ANSI B16.29; solder, ASTM-70, 50A. d. Schedule 40polyvinyl chloride (PVC)pipe andfittings, ASTMD2665; solvent cement ASTM D2564. 2. Above Grade: Use one of the following. a. No hub, Cast Iron Soil Pipe Institute Standard 301, ANSI Group 022, for pipe, fittings, and gaskets. b. Extra heavy hub and spigot, ASTM A74; rubber gaskets, ASTMC564. c. Service or extraheavy hub-and-spigotASTMA74; rubber gaskets, ASTM C564. d. Copper Drainage Tube (DWV) pipe ASTM B306; fittings, cast bronze solder- joint, ANSI B16.23 or wrought copper and wrought copper alloy solder joint, ANSI B16.29; solder, ASTM-70, SOA. 3. Vent a. Any of the above. b. Steel, schedule 40 galvanized steel, ASTM A120; cast-iron threaded drainage fittings, ANSI B 16.12. 4. Drain (Indirect) a. Copper 1) Drainage tube (DWV) pipe ASTM B306; fittings, cast bronze solder- j oint, ANSI B 16.23 or wrought copper and wrought copper alloy solder joint, ANSI B16.29; solder, ASTM-70, 50A. b. Steel 1) Galvanized, Schedule 40, ASTM A120; galvanized malleable iron screwed fittings, 150 lbs., ANSI B16.4. D. SUMP PUMP 1. Sump pump shall be Hydromatic SW33 submersible pump or equal, as approved by the Owner. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USE I 3.2 EXAMINATION [NOTUSED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Complete structural, mechanical, and electrical connections in accordance with manufacturer's installation instructions and with the Drawings. Fasten eachitemof equipment and piping securely to the building structure. Northside IV Elevated Storage Tank City Project No. 104291 221010-5 PLUMBING Page 5 of 7 B. Do not fasten piping or conduit to any removable panel on equipment. C. Install equipment and associated piping and other connections in a manner to prevent conduction of sound to the framing and structural elements of the building. D. Provide necessary material and labor to connect to the plumbing systems indicated fixtures and equipment having plumbing connections. E. Provide necessary material and labor to connect to the plumbing systems indicated fixtures and equipment having plumbing connections and which are to be furnished by the Owner or are specified in other sections of these documents. F. Provide fittings and appurtenances for complete, operating piping systems. G. Complete the start-up procedures recommended by the manufacturer. H. Joining to Existing Systems and Dissimilar Materials 1. General a. Provide appropriate adapters recommended by the manufacturers ofthe various materials; install as recommended by the manufacturers ofthe various materials. 2. Connections to ExistingPiping a. Where new Work connects to existing systems, match the material of the existing system except as prohibited by the Local Authority orjob conditions cause the material to be in non-compli ance with manufacturer's requirements. 3. Point of Connection a. Determine horizontal and vertical location of connecting point before proceeding with theinstallation. b. Notify the Architect -Engineer before proceeding if there is discrepancy between indicated and determined location. 4. Slope of Drainage Systems a. Determine available slope between building systems andpoint of connection for discharge of building drain and of storm drain system. b. Notify the Architect -Engineer before proceeding if there is discrepancy between indicated and available slope. I. Excavation, Trenching, and Backfilling (All Buried piping) 1. Beneath Slabs a. Excavate carefully; do not destroy effect of capillary barrier, membrane, or special fills. J. Waste, Drain, Vent, and Sewer Piping 1. Slope a. Comply with Code requirements. 2. In Trench a. Excavate at point of origin and point of connection to existing system and at in- trench high point of the new system. b. Determine actual elevations of each. c. Set grade using laser equipment designed for that purpose or obtain services of registered public surveyor to set batter boards on maximum 20 foot spacing to establish grade of trench bottom for the actual elevations encountered. d. If the slope indicated on the Drawings cannot be obtained, notify the Architect- Engineer before proceeding with the remainder of the excavation. Northside IV Elevated Storage Tank City Project No. 104291 221010-6 PLUMBING Page 6 of 7 K. Roof and Deck Penetrations 1. Vent Pipes Through Roof (VTRs): a. Extend VTRs 12" above top of roof. b. Do not locate within code -prohibited distance of outside air intakes and operable windows. c. Offset VTRs in the attic so that they are minimum of 20 feet from outside air intakes. L. Floor Drains 1. Follow drain and membrane system manufacturer's requirements and recommendations for installation of drains in waterproofing membranes. 3.5 [REPAIR] / [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Piping Testing a. Water Piping 1) 100 psi hydrostatic pressure; four hours. b. Waste, Drain, and Vent Piping 1) Plug openings and fill with water to the topmost vent opening; 24 hours. 2. Lead Testing a. After final sterilization and flushing, test water at sink and other fixtures and fittings from which water for human consumption may be obtained for lead content. Submit report of test results in parts per billion (ppb). b. If lead content exceeds 20 ppb, flush system or implement other remedies or submit test results that indicate the ppb to be no higher than that of the water where the project water service joins to the existing water source. c. Put systems into operation. d. Test equipment performance. e. Adjust equipment for correct capacities. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Water System Sterilization 1. Initial Sterilization a. After completion of work on the water lines, thoroughly sterilize as prescribed by AWWA Standard C601 or as specified herein. b. After pressure tests have been made and b efore introducing the chlorinating material, thoroughly flush the lines to be sterilized with water until entrained dirt, oil, mud, and other pollutants are removed. c. Place the chlorinating material directly into the lines to be sterilized in an amount to provide a dosage of not less than 50 parts per million (ppm). d. Retain the treated water in the line for the longer of time required to Northside IV Elevated Storage Tank City Project No. 104291 221010-7 PLUMBING Page 7 of 7 destroy non -spore -forming bacteria, or for 24 hours. e. Open and shut valves on the system being tested several times during the contact period. f. After acceptable sterilization, flush the system with potable water until the residual chlorine is reduced to less than 0.1 ppm. 2. Maintained Sterile Condition. a. Take several samples of water from several points in the system daily and test for bacterial contamination. b. Repeat sterilization and sampling until tests indicate absence ofbacteria for at least two full days. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOTUSED] 3.14 ATTACHMENTS [NOTUSED] END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 1 of 7 SECTION 26 0010 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The General Conditions and Requirements, Special Provisions, are hereby made a part of this Section. B. The Electrical Drawings and Specifications under this Section shall be made a part of the Contract Documents. The Drawings and Specifications of other sections of this contract, as well as supplements issued thereto, information to bidders and pertinent documents issued by the Owner's Representative are a part of these Drawings and Specifications and shall be complied with in every respect. All the above documents will be on file at the office of the Owner's representative and shall be examined by all the bidders. Failure to examine all documents shall not relieve the responsibility or be used as a basis for additional compensation. C. Furnish all work, labor, tools, superintendence, material, equipment, and operations necessary to provide for a complete and workable electrical system as defined by the Contract Documents. A licensed journeyman shall be on site at all times while electrical work is being performed and a licensed master electrician shall be in charge of the work. Submit license for master electrician and all journeymen. D. Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met for installing the work and adjust bid accordingly. This project shall include electrical work as shown on the Location Map. E. It is the intent of the Contract Documents that upon completion of the electrical work, the entire system shall be in a finished, workable condition. F. All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be shown on the Drawings but not called for in the Specifications, shall be performed by the Contractor as if described in both. Should work be required which is not set forth in either document, but which work is nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as if it were specifically set forth in the Contract Documents. G. The definition of terms used throughout the Contract Documents shall be as specified by the following agencies: 1. Underwriters Laboratories 2. National Electrical Manufacturers Association 3. American National Standards Institute 4. Insulated Power Cable Engineers Association 5. National Electrical Code 6. National Fire Protection Association H. The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where) specified", or "as (or where) scheduled" shall be taken to mean that the reference is made to the Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 2 of 7 Contract Documents, either on the Drawings or in the Specifications, or both documents. 1. The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or facility is to be both furnished and installed under Division 26, unless stated to the contrary that the item or facility is to be either furnished under another Division or under another Contract, furnished under this Division and installed under another Division or under another Contract, or furnished and installed under another Division or under another Contract. 1.02 PERMITS AND CODES A. Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations and contract requirements bearing on the work. B. The minimum requirements of the electrical system installation shall conform to the latest edition of the National Electrical Code, as well as state and local codes. C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum requirements, but, if the Contract Documents indicate requirements which are in excess of those minimum requirements, then the requirements of the Contract Documents shall be followed. Should there be any conflicts between the Contract Documents and codes, or any ordinances, report these with bid. PART 2 PRODUCTS 2.01 STANDARDS A. All materials and equipment shall conform to the requirements of the Contract Documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: 1. Underwriters Laboratories (UL) 2. National Electrical Manufacturer's Association (NEMA) 3. American National Standards Association (ANSI) 4. Insulated Cable Engineers Association (ICEA) B. All material and equipment of the same class shall be supplied by the same manufacturer, unless specified to the contrary. C. All products shall bear UL labels where standards have been set for listing. All other products shall be UL labeled. Motor control centers, switchboards, and switchgear shall have UL labels. Custom panels, modified motor starters, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A or UL Industrial Control Panel label. D. When the Contractor provides a product for this project he shall be bound by the terms and conditions of the Contract Documents and he shall agree to warrant and to be liable for the merchantability and fitness of his product to the applications to which his product is applied under the Contract Documents. Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 3 of 7 2.02 SHOP DRAWINGS AND SUBMITTALS A. Shop drawings and submittals shall comply with general conditions and as specified herein. B. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules, weights, capacities, installation details and pertinent information that will be needed to describe the material or equipment in detail. C. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and manufacturer's name. D. Submit for review all shop drawings and submittals as hereinbefore called for. E. Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or equipment or proper dimensions, quantity, and quality, nor will such review remove the responsibility for error in the shop drawings or submittals. F. Failure to process submittals or shop drawings on any item and/or items specified shall make the Contractor responsible for the suitability for the item and/or items, even though the item and/or items installed appear to comply with the Contract Documents. G. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's Representative, and such procedures will not be cause for delay. H. Submittals and shop drawings shall be compiled from the manufacturer's latest product data. Should there be any conflicts between this data and the Contract Documents, report this information for each submittal and/or shop drawing. 1. Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly marked, or if the General Contractor's approval stamp is omitted. J. When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and accepted, then that item of material or equipment installed on the job shall be equal to the sample; if it is found that the installed item is not equal, then replace all such items with the accepted sample equivalent. 2.03 ACCEPTANCE AND SUBSTITUTIONS A. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgment of equality of product substitution shall be made by the Engineer. B. Substitutions after award of Contract shall be made only within sixty (60) days after the notice to proceed. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions. C. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Contract Documents. D. The details on the drawings and the requirements of the Specifications are based on the first listed material or equipment. If any other than the first listed material or equipment is furnished, then assume responsibility for the correct function, operation, and accommodation of the substituted item. In the event of misfits or changes in work required, either in this Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 4 of 7 section or other sections of the Contract, or in both, bear all costs in connection with all changes arising out of the use of other than the first listed item specified. E. Substitutions of products under other sections may occur. Make necessary adjustments and additions to work under Division 26 to accommodate those substitutions. Such adjustments and additions shall be performed in compliance with Division 26 Specifications at no additional charge. F. Energy efficiency of each item of power consuming equipment shall be considered one of the standards for evaluation. PART 3 EXECUTION 3.01 CUTTING AND PATCHING A. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. B. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. C. Where openings are cut through masonry walls, provide lintel or other structural support to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to masonry. D. Where large openings are cut through metal surfaces, attach metal angle around the opening E. Patch concrete openings that are to be filled with non -shrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 3.02 WATERPROOFING Provide waterproof flashing for each penetration of exterior walls and roofs. 3.03 CONSTRUCTION REQUIREMENTS A. Except where specifically noted or shown, the locations and elevations of equipment are approximate and are subject to small revisions as may prove necessary or desirable at the time the work is installed. Locations changed substantially from that shown on the drawings shall be confirmed with the Engineer in advance of construction. B. Where equipment is being furnished under another Division, request from Engineer an accepted drawing that will show exact dimensions of required locations or connections. Install the required facilities to the exact requirements of the accepted drawings. C. All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are skilled in their trade. The standards of work required throughout shall be of the first class only. D. Unless shown in detail, the Drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the raceway system to conform to the structural and mechanical conditions of the construction. Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 5 of 7 E. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be acceptable. F. Cabling inside equipment shall be carefully routed, trained and laced. Cables so placed that they obstruct equipment devices will not be acceptable. G. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that equipment is held in a rigid, tight -fitting manner. 3.04 EQUIPMENT PROTECTION A. Provide suitable protection for all equipment, work and property against damage during construction. B. Assume full responsibility for material and equipment stored at the site. C. Conduit openings shall be closed with caps or plugs during installation and made watertight. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt and debris. D. Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture. E. All equipment not energized shall be protected against moisture and dirt absorption by a suitable covering. Also, maintain heat inside the covering by means of 100 watt minimum heaters. 3.05 COOPERATION WITH WORK UNDER OTHER DIVISIONS A. Cooperate with all other trades so as to facilitate the general progress of their work. Allow all other trades every reasonable opportunity for the installation of their work and the storage of their materials. B. The work under this section shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that opening for chases, pipes, etc.., are provided before concrete is placed or masonry installed. C. Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment to avoid interference with lines as required to maintain proper installation of other work. D. Make such progress in work that will not delay the work of other trades. Schedule the work so that completion dates as established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements if directed to do so. 3.06 INSTALLATION OF WORK UNDER ANOTHER DIVISION A. Verify the electrical capacities of all motors and electrical equipment furnished under other sections, or furnished by the Owner, and request wiring information from the Engineer if wiring requirements are different from that specified under this Section. Do not make rough - ins until equipment verification has been received. B. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 6 of 7 electrical equipment that are not integrally mounted with the equipment furnished under other divisions. All such equipment shall be securely mounted and adequately supported in a neat and workmanlike manner. 3.07 CLEAN-UP A. Remove all temporary labels, dirt, paint, grease, and stains from all exposed equipment. Upon completion of work, clean equipment, and the entire installation so as to present a first-class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. B. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer or with an approved paint. C. Clean interiors of each item of electrical equipment. At completion of work all equipment interiors shall be free from dust, dirt and debris. 3.08 TESTS A. Test all systems furnished under Division 26 and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the system. B. Make all circuit breaker and protective relay adjustments and settings. C. Make the following minimum tests and checks prior to energizing the electrical equipment: 1. Check all wire and cable terminations for tightness. 2. Test all wiring as specified in Section 26 01 20. 3. Test grounding system as specified in Section 26 04 50. 4. Set all transformer taps as required to obtain the proper secondary voltage. 5. Carefully check all interlocking, control and instrument wiring for each system to ascertain that the system will function properly as indicated by schematics, wiring diagrams, or as specified herein. 6. Mechanical inspection of all low voltage circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. 7. Provide all instruments and equipment required for the above tests. 3.09 RECORD DRAWINGS A. At the start and during the progress of the job, keep one separate set of blue -line prints for making construction notes and mark-ups. B. Show conduit routing and wiring runs as constructed and identify each. C. Record all deviations from the Contract Documents. D. Submit set of marked -up drawings for review. The final payment will not be made until the review is complete. 3.10 OPERATIONS AND MAINTENANCE MANUALS A. Compile an Operations and Maintenance Manual on each item of equipment. These manuals shall include detailed instructions and maintenance as well as spare parts lists. Northside IV Elevated Storage Tank City Project No. 104291 26 00 10 Electrical General Provisions Page 7 of 7 B. Submit copies for review as hereinbefore specified. C. Preliminary Operations and Maintenance Manuals shall be included with the initial shipments. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK SECTION 26 01 10 RACEWAYS PART 1 GENERAL 26 01 10 Raceways Page 1 of 9 1.01 SCOPE A. This section shall include raceways, enclosures, supporting devices, ancillary fittings and appurtenances. Furnish and install the complete raceway systems as shown on the Drawings and as specified herein. B. Raceway is a broad -scope term that shall be defined by the National Electrical Code under Article 100. 1.02 APPLICATIONS A. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in - slab conduit raceways shall be of the following type: 1. Except as otherwise specified, all power and control underground conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid aluminum conduit. B. Except as otherwise shown on the Drawings, or otherwise specified, all above grade conduit raceways shall be of the following type: 1. Indoor exposed power and control conduit shall be rigid aluminum conduit. Instrumentation, signal, and communication conduit shall have 24" separation from power conduits. 2. Outdoor exposed power, control, and instrumentation, signal, and communication conduit shall be rigid aluminum conduit, except where areas are denoted as corrosive or NEMA 4X. In those area furnish plastic coated rigid aluminum conduit, fittings, and boxes. 3. Instrument conduits shall be separated by 24" from power conduits when run in parallel for more than 5'. 1.03 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Rigid Metallic Aluminum Conduit 2. Plastic Jacketed Rigid Aluminum Conduit 3. Rigid Non -Metallic Conduit 4. Liquid -tight Flexible Conduit 5. Liquid -tight Fittings 6. Conduit Bushings 7. Conduit Bodies 8. Conduit Sealing Fittings 9. Expansion -Deflection Fittings 10. Expansion Fittings Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 2 of 9 11. Cast Metal Boxes 12. Tape Products 13. Wiring Devices 14. Supporting Devices 15. Labels 16. Grounding Devices 17. Foam Sealant PART 2 PRODUCTS 2.01 RACEWAYS A. Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more than 0.02% copper content. All conduit couplings shall be threaded aluminum. All such conduit shall be listed with UL and comply with UL-6 and ANSI C80.5. Aluminum conduit shall be New Jersey Aluminum, or equal. B. Plastic coated rigid aluminum conduit shall consist of rigid aluminum body that complies with above specifications for rigid aluminum conduit, plus conduit shall have 40 mil thick heat - fused PVC over outside and 2 mil coat of fully catalyzed phenolic inside. The inside coat shall have the chemical resistance of the outer coating and shall not dissolve in lacquer thinner All couplings shall be equipped with PVC sleeves that extend one pipe diameter or 2", whichever is less, beyond the end of the coupling. All plastic -coated conduit shall conform to NEMA Standard #RNI-1974 (Type A) and such conduit shall be manufactured by Robroy, Perma- Cote, or Kor- Kap. C. Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for 90 degrees C and shall conform to NEMA TC-2 and UL-651 standards. Furnish Carlon, Sedco, or equal. Furnish manufacturer's approved solvent for joining couplings. D. Liquid -tight flexible conduit shall be constructed of non-metallic sunlight resistant PVC with aluminum core. Furnish Anaconda or equal product. 2.02 CONDUIT FITTINGS A. Conduit Hubs for rigid metallic conduit shall be constructed of aluminum. Furnish Meyers Hubs. B. Conduit field -applied hubs for sheet metal enclosures shall be aluminum body with recessed neoprene sealing ring, threaded NPT insert, and shall be, T&B 370 AL series, or equal products by OZ/Gedney. C. Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with galvanized steel core, complete with locknut and grounding bushing. All such hubs shall be Crouse -Hinds Type NHU, or equal. D. Rigid metallic conduit chase nipples, split couplings, slip fittings, unions, reducers, and enlargers, shall be aluminum. E. Rigid metallic conduit short els and long els shall be rigid aluminum with NPT threaded hubs and male ends. Throats shall be smooth and free from burrs. All such fittings shall be OZ/Gedney Type "9" Series, Appleton, or equal. Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 3 of 9 F. Rigid metallic conduit split couplings shall made of aluminum and have threaded body with split tightening shelves with neoprene sandwich. Such fittings shall be OZ type "SSP", or equal. G. Rigid metallic conduit grounding bushings shall be aluminum body with threaded hub, bakelite insulated throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal. H. Liquid -tight flexible conduit fittings shall be suitable for the specified flexible conduit and shall be type B. Furnish straight or angle connectors as required. All such connectors shall be OZ/Gedney type 4QP, or equal. 1. Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at each end. One hubs shall be threaded to barrel and other hub shall have slip fit to allow up to four (4") inches of conduit lateral movement. Provide external bonding jumper for each expansion joint. Shall have stainless steel clamps and aluminum straps. Furnish OZ Type "EXA", or equal for expansion fitting and OZ Type ABJ for jumper. J. Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure discs with sandwiched neoprene seal and with 316 stainless steel hardware. Furnish OZ/Gedney type "CS" series products, as indicated. K. Conduit sealing bushings for penetrations in exterior walls shall be constructed of neoprene and shall have a stainless -steel disk with stainless steel bolts and hardware. Furnish OZ/Gedney "CSM" series products. For existing walls core drill wall to size recommended by manufacturer of sealing bushing. Use two bushings per wall penetration, one each side. For newly constructed walls provide a PVC Schedule 40 sleeve in concrete pour. PVC sleeve shall have water stop and the sleeve size shall be as recommended by the manufacturer of the sealing bushing. 2.03 CONDUIT BODIES AND BOXES A. Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be aluminum. Covers for damp and/or wet location use shall be gasketed cast metal with "wedge -nut" clamps. Covers for dry locations shall be cast aluminum and hardware shall be 316 stainless -steel. All covers shall be equipped with clamp type clevises. Furnish Crouse -Hinds Form 7, or Appleton Form "FM7" products. B. Conduit bodies for use in corrosive areas shall be as specified above but shall have 40 mil plastic coated PVC jacket and 2 mil interior coating as specified for plastic coated rigid metallic conduit. Furnish Robroy, Perma-Cote, or Kor-Kap C. Conduit bodies such as "GUA", "GUAT", "GUAL", and the like pulling/splicing fittings shall be cast aluminum with threaded cast aluminum covers. All such conduit bodies shall be Killark "GE" series, or equal products by Crouse -Hinds or Appleton. D. Outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 cubic inches shall be sand-cast, copper -free aluminum. All boxes shall have threaded hubs and integral cast mounting lugs. Furnish Crouse -Hinds "FD" style condulets, Appleton "FD" style Unilets, or equal. E. Covers for cast metal boxes shall be gasketed cast metal covers with 316 stainless steel screws and shall be suitable for use in wet or damp locations. Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 4 of 9 F. Conduit and device boxes for use in concealed drywall applications only shall be pressed sheet steel type. Furnish Raco or equal. 2.04 PULL AND JUNCTION BOXES A. Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be furnished as specified hereinbefore except where sheet metal types are shown, in which case, furnish such sheet metal enclosures in NEMA 4X 316 stainless steel construction with gasketed covers of same material. Provide 316 SS quick release luggage type latches. B. Pullboxes and junction boxes whose volume is 100 cubic inches and greater shall be NEMA 4X 316 grade stainless steel type with gasketed stainless steel covers. Provide print pocket and interior back panel for mounting of terminal strips where terminal strips are called for on the drawings. Sheet metal boxes shall be as manufactured by Hoffman or equal. Provide 316 SS quick release luggage type latches. C. Covers for sheetmetal pullboxes and junction boxes over 100 cubic inches (and for smaller sized where shown) shall have hinged doors. All hardware shall be stainless steel. D. Cast metal junction boxes shall be cast aluminum type with gasketed, cast metal covers, integral mounting lugs, and with stainless steel cover screws. 2.05 LABELS A. Buried conduit marking tape for marking path of secondary buried conduits shall be four (4") inch nominal width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT" or similar language, repeated along its length. B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall have "DANGER (VOLTAGE) - DISCONNECT ALL SOURCES OF POWER BEFORE ENTERING". Letters shall be highly visible red color on white background. C. Specify stainless steel or non-metallic machine printed conduit tags attached with stainless steel wire or nylon tie wraps. 2.06 SUPPORTING DEVICES A. Mounting hardware, nuts, bolts, lockwashers, and washers, shall be Grade 316 stainless steel. B. Unless otherwise indicated, channel framing and supporting devices shall be manufactured of ASTM 6063, TO6 grade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Thickness shall be 0.105". Clamp nuts for use with channels shall be grade 316 stainless -steel. C. Where indicated, furnish grade 316 stainless steel slotted channel members 1-5/8" wide x 1- 5/8" deep or 1 5/8" x 3 1/4" deep, double-faced type, 12 gauge. All hardware and conduit clamps shall be grade 316 stainless -steel. D. Conduit clamp supports for terminating conduits onto cable trays shall be mechanically galvanized 316 SS or aluminum with adjustable angle clamp. Fittings shall be provided with 316 stainless steel hardware. Furnish OZ/Gedney type CTC products. E. All such channel members and fittments shall be B-Line, Unistrut or equal. Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 5 of 9 F. Conduit straps, and associated nuts, lockwashers and bolts for use with channels shall be 316 stainless -steel with 316 stainless steel hardware. Furnish B-Line products or equal. G. After -set concrete inserts (drilled expansion shields "D.E.S.") shall consist of two types. For anchors to accommodate 5/16" diameter bolts and smaller, provide HILTI "HDI" series 316 stainless steel anchors. For anchors to accommodate 3/8" diameter and larger bolts, provide HILTI "HVA" series with 316 stainless steel threaded inserts. H. Hanger rod shall be 3/8" minimum diameter Type 316 stainless -steel all -thread. 1. Nest -back or clamp -back conduit supports shall be two-piece type constructed of copper free aluminum. Furnish Thomas & Betts 1976AL Series, or equal. J. Conduit beam clamps shall be stainless steel or hardened aluminum and shall be as follows: TYPE MANUFACTURER 1. Right Angle OZ/Gedney Type "UBCG", or equal. 2. Parallel OZ/Gedney Type "UPCG", or equal. 3. Edge OZ/Gedney Type "UECG", or equal. K. Hanger rod beam clamps shall be clamp type with hardened 316 stainless steel, bolt, Steel City "500" Series, Crouse -Hinds type "MW", or equal. Furnish swivel stud for each rod make- up. L. Conduit "J" hangers shall consist of stainless -steel straddle with detachable bolt. Furnish Kindorftype "C-149", Unistrut "J-1200" Series, or equal. M. Conduit "U" bolts shall be 316 stainless -steel with 316 stainless steel hex -head bolts. N. Equipment stands for supporting devices such as control stations, device boxes and the like, shall consist of a welded structural aluminum c-channel and plate aluminum floor plate as detailed on the drawings. 2.07 MISCELLANEOUS MATERIAL A. Double bushings for insulating wiring through sheet metal panels shall consist of mating male and female threaded phenolic bushings. Phenolic insulation shall be high -impact thermosetting plastic rated 150 degrees C. Furnish OZ Type "ABB", or equal. B. Conduit pull -cords for use in empty raceways shall be glass -fiber reinforced tape with foot - marked identification along its length. Furnish Thomas, Greenlee, or equal products. C. Conduit thread coating compound shall be conductive, non -galling, and corrosion -inhibiting. Furnish Crouse- Hinds Type "STL", Appleton Type "ST", or equal. D. Plastic compound for field -coating of ferrous material products shall be PVC in liquid form that sets -up semi- hard upon curing. Furnish Rob Roy "Rob Kote", Sedco "Patch Coat", or equal. E. Openings around electrical penetrations of fire-resistant rated walls, floors, or ceilings shall Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 6 of 9 maintain the fire resistance rating using approved methods per NEC 300-21. Fire barrier shall be 3M 2001 RW silicon RTV foam or approved equal. All conduits entering building below grade and terminating at cable trays shall have the area between the cables and the conduit sealed with 3M 2001 RW Silicone RTV foam or approved equal. PART 3 EXECUTION 3.01 RACEWAYS A. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. The conduit system shall have the appearance of having been installed by competent workmen. Kinked conduit, conduit inadequately supported or carelessly installed, do not give such reliability and maintenance free operation and will not be accepted. 1. Parallel runs of conduit shall be parallel to each other throughout the entire run. Bends and offsets shall occur at the same point such that all offset angles are the same. 2. Conduits making vertical or horizontal changes in direction such that concentric bends are required are acceptable. All concentric bends shall have radii with the same center point. 3. Conduit installation shall be planned such that conduits crossing each other will be minimized. 4. Conduit installations not meeting these criteria in the sole judgment of the Owner or Engineer shall be removed and reinstalled at no charge in the contract price or schedule. 5. Conduits having conductors installed shall not be a reason to not remove and reinstall unacceptable conduit installations. The installed conductors shall be removed and replaced if present in unacceptable conduit systems. B. Raceways shall be installed for all wiring runs, except as otherwise indicated. C. Conduit sizes, where not indicated, shall be N.E.C. code -sized to accommodate the number and diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade -size shall be minimum size conduit. D. Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be made parallel to the lines of the structure. Conduit shall be installed such that it does not create a tripping hazard or an obstruction for headroom. E. All runs of rigid conduit shall be threaded, and all male threads shall be coated with non - galling thread compound prior to assembly. F. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40-mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watertight. G. Field -cut threads in runs of plastic -coated metallic conduit shall be cut with a special die that has rear reamed out oversize to slip over plastic coating. Do not attempt to cut threads on plastic coated conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect die to be used. Coat all field -cut threads with cold -galvanizing spray, use two coats to provide 1- mil minimum coating thickness. H. Conduit runs made in concrete pours or surface -mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, or Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 7 of 9 at every 100 feet. 1. Unless otherwise shown, conduit penetrations through floors located below enclosures, shall be made each with couplings set flush with the outside faces of the concrete pour. Each pair of couplings shall be joined with a threaded spool piece. Use coated aluminum couplings. J. Rigid metallic conduit runs shall have their couplings and connections made with screwed fittings and shall be made up wrench tight. Check all threaded conduit joints prior to wire pull. Coat all male threads with Crouse -Hinds "STL" or equal, conductive lubricant prior to joining. K. All conduit runs shall be watertight over their lengths of run, except where drain fittings are indicated. In which cases, install specified drain fittings. L. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be three (3') feet. M. Where plastic jacketed flex is installed, make up terminal ends with liquid -tight flex connectors. In wet locations, install sealing gaskets on each threaded male connector. Each flex connector shall be made-up tightly so that the minimum pull-out resistance is at least 150 lbs. Install external spirally wrapped ground wire around each run of liquid -tight flex and bond each end to specified grounding -type fittings. N. Empty conduits shall have pull -ropes installed. Identify each terminus as to location of other end and trade size of conduit. Use blank plastic waterproof write -on label and write information on each label with waterproof ink. Pull a mandrel through each conduit to check and clear blockage before installing pull -rope. Owner's representative shall witness test. Provide documentation that all conduits are clear and ready for future use. Cap exposed ends of empty conduit with threaded plugs. O. Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. Vertical runs shall be set plumb. Conduits set cocked or out of plumb will not be acceptable. P. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching out sill or braces, and removal of enclosure structural members, will not be acceptable. No top entry into NEMA 4X where installed outdoors. Q. Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or incorrect tools will not be acceptable. Holes shall be cleanly cut and they shall be free from burrs, jagged edges, and torn metal. R. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. S. Outdoor aluminum runs of raceways shall be installed with expansion fittings and supports as required to accommodate thermal expansion due to changes in temperature appropriate with the structure from which the conduit is supported. Installation shall not appear to be loose or non- linear with changes in temperature from night today or from summer to winter. In no case shall a straight run of conduit be installed over 20' without an expansion fitting. Furnish additional expansion fittings if required by the characteristics of the particular installation. Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 8 of 9 3.02 CONDUIT BODIES AND BOXES A. Conduit bodies such as "LB", "T", "GUAT", etc., shall be installed in exposed runs of conduit wherever indicated and where required to overcome obstructions and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. GUA series pulling bodies rather than LB fittings and the like, shall be used for splicing purposes as well as pulling access. B. Covers for all conduit bodies shall be installed with gasketed cast metal type where located in damp or wet locations. C. All conduit boxes installed whose inside volume is less than 100 cubic inches shall be cast metal type with gasketed cast metal cover, unless otherwise indicated. D. All conduit boxes who's inside volume exceeds 100 cubic inches shall be sheet metal type except where gasketed cast metal type, stainless steel or fiberglass reinforced polyester are indicated. E. Aluminum boxes and aluminum strut shall be supported '/" off of concrete surfaces with insulating washers or similar material or shall be coated with bitumastic. F. Use mounting lugs. Drilling through back of boxes is prohibited. 3.03 RACEWAY SUPPORT A. All raceway systems shall be adequately and safely supported. Loose, sloppy, and inadequately supported raceways will not be acceptable. Supports shall be installed at intervals not greater than those set forth by the NEC, unless shorter intervals are otherwise indicated, or unless conditions require shorter intervals of supports. B. Multiple runs of surface mounted conduit on concrete or masonry surfaces shall be supported off the surface by means of aluminum or stainless -steel channels. Attach each slotted channel support to concrete surface by means of two (2) 1/4" diameter stainless steel bolts into drilled expansion shields. C. Single runs of surface mounted conduit on concrete or masonry surfaces shall be supported with hot -dipped malleable iron conduit clamps and nest -back spacers. Furnish plastic coated malleable iron conduit clamps and nest backs where corrosive areas are called out. D. Conduit runs that are installed along metallic structures shall be supported by means of beam clamps as specified herein. E. Where Aluminum is used, install neoprene spacers to prevent Aluminum from direct contact with CMU or concrete. 3.04 LABELING A. In addition to labeling requirements as specified throughout this and other Sections, install wiring and raceway labeling as follows: 1. Apply identification labels as specified to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. Northside IV Elevated Storage Tank City Project No. 104291 26 01 10 Raceways Page 9 of 9 2. Where active conduits terminate into bottoms of motor control centers, install label on each conduit terminus and show number and size of wiring and function of circuitry and trade size of conduit. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK SECTION 26 01 20 WIRE AND CABLE PART 1 GENERAL 26 01 20 Wire and Cable Page 1 of 5 1.01 SCOPE A. This section shall include wire and cable, terminating devices, splice kits, labeling, and appurtenances. 1.02 STANDARDS A. ASTM B. UL 1277 Electrical Power and Control Tray Cables C. UL 1685 Flame Exposure Test for Tray Cables D. ICEA T-29-520 Vertical Cable Tray Flame Test E. IEEE 1202 Flame Testing of Cables for use in Cable Tray 1.03 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Power and control cable 2. Instrument cable 3. Conductor Connectors 4. Tape Products 5. Labels PART 2 PRODUCTS 2.01 WIRE AND CABLE A. All conductors shall be soft -drawn annealed copper, Class B stranding that meets ASTM B-8. Copper conductors shall be uncoated, except as otherwise specified. B. Single conductor cable for power, control, and branch circuits shall have cross -linked polyethylene insulation, rated for 600 volts. Cable shall be NEC type XHHW-2. All such cable shall be rated for wet or dry use. Cable insulation shall be color coded with factory pigmented colors below size #6 awg. Color coding shall be as specified under Part 3 of this section. Cable shall be as manufactured by Southwire or equal. C. Instrument cable for analog circuits, shall be # 16 awg, twisted shielded pairs or triads with PVC insulation and overall jacket. Cable assembly shall be rated for 600 volts, wet or dry locations. Furnish Okonite "Okoseal-N Type P-OS" or approved equal. D. Single conductor cable for 24-volt do control shall be minimum size #16. Furnish MTW type insulation for panel wiring and XHHW-2 insulation for field wiring in conduits. Northside IV Elevated Storage Tank City Project No. 104291 26 01 20 Wire and Cable Page 2 of 5 E. Ground mat and associated upcomers and grounding conductors shall be tin-plated stranded copper. 2.02 CONNECTORS A. Mechanical connectors for 600V class wiring shall be tin-plated copper alloy bolted pressure type with bronze tin-plated hardware. Furnish connectors as follows: TYPE MANUFACTURER & TYPE Single conductor to flat -plate connector Multiple conductor to flat plate connector Split -bolt connector Blackburn LH Blackburn L2H, L3H, L4H Blackburn HPS Two -bolt parallel Blackburn 2BPW connector with spacer Cross Connector Blackburn XT Splice Connector Blackburn S Flush ground connector OZ Type "VG" B. Insulated spring wire connectors, "wire -nuts", for small building wire taps and splices shall be plated spring steel with thermoplastic jacket and pre -filled sealant. Connector shall be rated for 600 volts, 75 degrees C continuous. Furnish King Technology, or equal. C. Connectors for control conductor connections to screw terminals shall be crimp -type with vinyl insulated barrel and tin-plated copper ring -tongue style connector. Furnish T&B "Sta- Kon", 3M "Scotchlok", or equal. D. Terminal strips for miscellaneous field terminations of control and instrumentation circuits shall consist of 12-point box lug terminals with marking surface. Terminal assembly shall accept #18 to #12 awg and shall be rated 600 volts. Furnish Allen-Bradley #1492-HJ812 terminal blocks. 2.03 INSULATING PRODUCTS A. Tape products shall be furnished as hereinafter specified and shall be Plymouth, Okonite, 3M, or equal. B. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type, "Slipknot Grey", 3M Scotch 33+, or equal. C. Insulating void -filling tape and high voltage bedding tape shall be stretchable ethylene propylene rubber with high -tack and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 130 degrees C overload, and shall be moisture -proof. Void filling tape shall be "Plysafe", 3M Scotch 23, or equal. Northside IV Elevated Storage Tank City Project No. 104291 26 01 20 Wire and Cable Page 3 of 5 D. High temperature protective tape shall be rated 180°C continuous indoor/outdoor, stretchable, self -bonding silicone rubber. High temperature tape shall be Plysil #3455, 3M Scotch 70, or equal. E. Insulation putty filler -tape shall be Plymouth #32074, 3M Scotchfill, or equal. F. Arc and fireproofing tape shall be Plymouth #3318, 3M Scotch #70 or equal. 2.04 LABELS A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. Colors shall be as hereinafter specified. Tape shall be Plymouth "Slipknot 45", 3M Scotch #35, or equal. B. Numbered wire marking labels shall be PVC sleeve -type markers, T&B, Brady or equal. Markers using adhesive are not acceptable. C. Cable identification ties shall be weather resistant polyester with blank write -on space, T&B, Brady or equal. 2.05 MISCELLANEOUS MATERIAL A. Cable grips shall be 316 SS grip -type wire mesh with machined metal support. Furnish Kellems, Appleton, or equal products. B. Wire pulling compound shall be non -injurious to insulation and to conduit and shall be lubricating, non- crumbling, and non-combustible. Furnish Gedney "Wire- Quick", Ideal "Yellow" or equal. PART 3 EXECUTION 3.01 POWER AND CONTROL CABLE A. Power and control conductors shall be sized as shown and where no size is indicated, the conductor size shall be #12 awg for power circuits #14 awg for 120 vac control circuits, and # 16 awg for instrumentation circuits. B. Equipment grounding conductors shall be installed with type XHHW insulated stranded copper conductors and the insulation color shall be green in sizes up to and including # 10 awg. C. Color coding shall be as follows. Non -factory color coded cables shall be marked with specified color tape. Use the following colors: CONDUCTOR 120/240V SYSTEMS L 1 Black L2 Red Neutral White Ground Green D. Branch circuits may be spliced for receptacle, lighting, and small appliance load inside Northside IV Elevated Storage Tank City Project No. 104291 26 01 20 Wire and Cable Page 4 of 5 appropriate junction boxes. Feeders, branch circuit, power wiring, control wiring, and signal wiring shall be installed without splice. E. Except as otherwise specified, taps and splices with # 10 AWG and smaller, shall be made with insulated spring wire connectors. Such connectors in damp or wet locations shall be waterproofed by filling interstices around wires with silicone rubber and further insulating with an envelope of stretched piece of EPR tape around each wire. Then, apply one-half lapped layer of electrical tape overall. F. Motor connections made with # 10 AWG and smaller wire shall be made up with set -screwed copper lugs with threaded -on insulating jacket. After make-up of each connector, install two (2) layers half -lapped, of high temperature tape over connector barrel and down one (1") inch over wires. G. Taps, splices, and connections in #8 AWG and larger wires shall be made with copper alloy bolted pressure connectors. Each such connector shall be insulated by means of applying insulation putty over sharp edges to present a smooth bonding surface. Next, apply at least four (4) layers, half -lapped each layer of EPR tape. Then, make final wrapping of at least three (3) layers, half -lapped each layer of electrical tape. H. Control wiring connections to stud type and screw type terminals shall be made with ring - tongue type crimp connectors. Label each terminal jacket with wire marking label at each connection. 1. Each wire connection shall be made up tightly so that resistance of connection is as low as equivalent length of associated conductor resistance. J. Numbered marking labels shall be installed to identify circuit numbers from panelboards. Install labels on each wire in each panelboard, junction, pullbox and device connection. K. Label each wiring run with write -on waterproof labels inside motor control center. Install write- on label ties around wire group at conduit entrance and write -on label the wire size, conduit size and service. L. Install PVC sleeve type numbered marking on each control wire termination at each terminal strip and at each device. Do this in motor control center, terminal cabinets, safety switches, remote controllers, pilot operators, and instrumentation equipment. Number selected shall correspond to number on terminal strip. M. All wiring inside equipment enclosures shall be neatly trained and laced with nylon tie -wraps. 3.02 INSTRUMENTATION WIRING A. All 4-20mA analog pairs shall have shields grounded at the instrumentation panel and insulated on the field end unless otherwise required by instrument supplier. Single point grounding shall be maintained. 3.03 GROUND WIRING A. Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of N.E.C., except where higher standards of grounding have been specified. In addition to requirements as specified under Section 26 04 50, install grounding for general wiring systems Northside IV Elevated Storage Tank City Project No. 104291 26 01 20 Wire and Cable Page 5 of 5 as follows. B. Equipment grounding conductors (EGC) shall be installed in each run of power and control conduits. These wires shall be green colored in sizes #6 AWG and smaller and green banded in larger sizes. Ground wires shall be type XH1-1W-2 insulated copper wires. C. EGC runs into equipment shall be grounded to equipment bus where available, or to equipment ground lugs. D. Where grounding type bushings are installed, bond EGC thereto, and furthermore, ground each bushing lug to equipment ground bus or ground lug, or ground rod. E. In each motor terminal box, install equipment ground lug and connect EGC thereto. Bond pump frame to motor frame. Bond motor and pump to grounded electrode conductor. 3.04 LABELING A. In addition to labeling requirements as specified throughout this Section, install wiring and raceway labeling as follows: 1. Apply numbered wire marking labels to control wiring terminations for each termination in each item of equipment. Use PVC sleeve type labels. 2. Apply numbered wire marking labels to power and control wiring terminations in motor control centers, panelboards, and at outlets, to identify circuit numbers. Use PVC sleeve type labels. 3. Apply numbered wire marking labels to each signal wire termination in each instrument junction box, and in each item of equipment served by instrumentation circuits. Use PVC sleeve type labels. 4. Apply write -on identification labels to wiring sets in each motor control center, and in each pullbox and junction box. Show wire size, conduit size, and line and load information. Use waterproof plastic write -on labels with nylon tie -wraps. 3.05 TESTING A. Each run of 600V class power and control wiring shall be tested prior to connection of line and load. Make tests with 1000V dc hand -crank or motor driven ohmmeter. Each run of wiring shall be tested phase -to -phase and/or phase -to -neutral, and phase -to -ground. Test results for each test shall be equal to or greater than 25,000,000 ohms with 1000V dc applied. All tests shall be made in the presence of the Owners representative or Engineer. B. Test all runs of signal wiring with 250V dc megger. Insulation values shall meet or exceed 1,000,000 ohms per 100 feet (cable to shield). C. Should any cable or circuit fail to meet the above tests, replace wire and retest. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK 26 01 95 Lighting Panelboards Page 1 of 2 SECTION 26 0195 LIGHTING PANELBOARDS PART 1 GENERAL 1.01 SCOPE A. This specification covers the requirements for 240/120 volt lighting panelboards. B. This specification defines minimum requirements, characteristic guidelines and features required. 1.02 STANDARDS A. All panelboards shall be designed, manufactured, and tested in accordance with the latest applicable standards of UL and NEMA. Panelboards shall be UL listed. 1.03 SUBMITTALS A. Submit outline and dimensional drawings and catalog literature to Engineer for review. PART 2 PRODUCTS 2.01 GENERAL A. Ratings shall be as indicated on the drawings. B. Circuit Breakers shall be bolt on and rated 10,000 amps rms symmetrical interrupting capacity. C. Panelboards shall have integrated SPD rated for 120 kA. Provide alarm contacts, event counter, and indicator lights. 2.02 CONSTRUCTION A. All buses shall be tin-plated copper. B. Enclosures shall be painted steel. C. NEMA 12 for installation indoors. 2.03 MANUFACTURER A. Panelboards shall be Square D type NQ or equal product by Eaton, General Electric or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Install panelboards as scheduled and in locations shown on the drawings. Provide grounding Northside IV Elevated Storage Tank City Project No. 104291 as specified per 26 04 50 and per NEC. END OF SECTION 26 01 95 Lighting Panelboards Page 2 of 2 Northside IV Elevated Storage Tank City Project No. 104291 26 01 99 Miscellaneous Page 1 of 2 SECTION 26 0199 MISCELLANEOUS PART 1 - GENERAL 1.01 SCOPE A. This section shall include miscellaneous devices. B. Furnish and install all such devices and completely connect and wire each device. 1.02 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Receptacles 2. Device boxes 3. Equipment Stands and Racks 4. Equipment stand strut and mounting hardware. B. Submit shop drawing on fabricated posts. PART 2- PRODUCTS 2.01 RECEPTACLES A. Receptacles shall be specification grade and shall meet NEMA WD-1 requirements. Color shall be brown unless otherwise noted. Furnish Bryant #GFR82T-BRN 20 amp GFCI receptacle. B. Receptacle cover shall be cast aluminum and shall be rated for outdoors "while in use" per NEC. Furnish Red -Dot or approved equal. Covers shall be factory painted in color as selected by Engineer. C. Device boxes shall be FS type with mounting feet and shall be constructed of sand cast copper free aluminum. Furnish Crouse -Hinds or equal. 2.02 EQUIPMENT STANDS A. Equipment stand posts shall be constructed out of 4" schedule 40 steel pipe and shall have a welded reinforced base plate as indicated on the drawings. Equipment stand post shall be hot - dipped galvanized after fabrication. B. Equipment stand struts shall consist of horizontal and vertical strut members. Horizontal strut supporting equipment shall be two 1-5/8" strut factory welded together with one channel opening facing opposite directions. Vertical strut members shall be 1-5/8". All strut shall be hot dipped galvanized after fabrication. C. U-bolts nuts and washers for connection of horizontal struts to vertical pipe stand posts shall be 304 stainless steel. All other bolts, washers and nuts for connecting strut together and Northside IV Elevated Storage Tank City Project No. 104291 26 01 99 Miscellaneous Page 2 of 2 enclosures to strut shall be 316 stainless steel. All conduit clamps and hardware on the rack shall be 316 stainless steel. 2.03 HEAT 1RACING A. Water lines for sensing lines (tubing) shall be heat traced and insulated. Electric heat tracing shall be self-limiting type, 120 v AC, and shall be rated 5 watts per foot unless otherwise indicated on the drawings. Wrap each transmitter. Furnish Thermon type FP with braid and overall jacket. Secure heat tape to piping with aluminum tape. B. Furnish a Thermon ambient sensing thermostat, rated NEMA 4, with a switch rating of 22 amps, model B4X-15 140 for the heat tracing control panel. Insulation for transmitters shall be O'Brien Flexpak or equal. Insulation for sensing lines shall be O'Brien Flexpak strip insulation. Insulation for chlorine sensing lines shall be '/2" closed cell polyethylene therma-cel. Furnish Therma-Cel Insul-Tube or approved equal. C. Furnish a Type EPD (30 milliamp) ground fault circuit breaker in the heat trace panelboard. D. Provide Thermon end of line indicator lights to indicate that heat tracing is operating. E. Provide a NEMA 12 contactor and lighting panelboard as indicated on the drawings. PART 3 - EXECUTION 3.01 GENERAL A. Furnish and install devices where indicated on the drawings and test and verify operation. B. All HDG strut that is cut shall have cut ends cold galvanized. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 SECTION 26 0210 ELECTRIC UTILITY SERVICE PART 1 GENERAL 1.01 SCOPE 26 02 10 Electric Utility Service Page 1 of 1 A. The facility is served by COSERV. The service voltage is 240/120-volt single phase 3 wire, solidly grounded. The service will be an underground service with a transformer pole location as shown on the drawings. B. The Contractor shall coordinate with utility to arrange service. PART 2 PRODUCTS 2.01 RACEWAYS A. Furnish and install secondary conduits from transformer pole to new outdoor meter at the elevated tank. Provide service conductors as shown on the drawings. 2.02 WIRE AND CABLE A. Service wire and cable (600 volt) shall be as specified under Section 26 01 20. 2.03 UNDERGROUND A. Underground shall be as specified under Section 26 04 10 and as specified herein. PART 3 EXECUTION 3.01 GENERAL A. Underground conduit shall be installed per section 26 04 10. B. Coordinate with electric utility. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 26 04 10 Underground Electrical Page 1 of 3 SECTION 26 0410 UNDERGROUND ELECTRICAL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install a system of underground raceways and wiring as shown on the drawings. 1.02 APPLICATIONS A. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in - slab conduit raceways shall be of the following type: 1. For small diameter conduits for instrumentation and feeder circuits, conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid aluminum conduit. All conduit coming out of the ground in grass areas shall have concrete mow protection as detailed on the drawings. Plastic coated conduit in all cases shall extend 3" above the concrete. 2. All instrumentation underground conduit runs shall be made with schedule 40 PVC conduit with plastic coated rigid metallic conduit upturns. A 24" separation shall be maintained from power conduit ductbanks or if in the same ductbank, it shall be plastic coated rigid steel conduit the whole way. 1.03 SUBMITTALS A. Process submittals for the following: 1. Non -Metallic conduit 2. Metallic conduit 3. Grounding Bushings 4. Buried conduit marker tape 5. Conduit supporting saddles 1.04 RELATED WORK SPECIFIED UNDER OTHER SECTIONS A. Refer to Section 26 01 10 for raceways. B. Refer to Section 26 01 20 for wiring. C. Refer to Section 26 04 50 for grounding. D. Refer to Division 3 for concrete. PART 2 PRODUCTS 2.01 RACEWAYS A. Raceways shall be as specified in Section 26 01 10. Northside IV Elevated Storage Tank City Project No. 104291 26 04 10 Underground Electrical Page 2 of 3 2.02 MISCELLANEOUS A. Gravel for underbedding of conduits shall be washed type pea gravel. B. Plastic saddles (where allowed) for spacing and supporting conduits shall be interlocking types as manufactured by Cantex. C. Plastic marker label tape for buried conduits shall be yellow background with black letters with repetitive marking "ELECTRIC LINE" on yellow background, continuous along its length. Furnish T&B # NA-0608, or equal tape. PART 3 EXECUTION 3.01 EXCAVATION AND BACKFILLING A. Do all excavating and backfilling necessary for the installation of the work. This shall include shoring and pumping in ditches to keep them dry until the work has been installed. B. All excavations shall be made to proper depth, with allowances made for floors, forms, beams, piping, finished grades, etc. Ground under conduits shall be undisturbed earth or if disturbed, mechanically compacted to a density ratio of 95% before conduits are installed. C. All backfilling shall be made with selected soil, free of rocks and debris, and shall be pneumatically tamped in six (6") inch layers to secure a field density ratio of 95%. D. Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired to make their operation equal to that before the trenching was started. E. All ductbanks shall have a red dye in concrete to indicate electrical ductbank. Ductbanks shall be protected with a concrete cap as indicated on the drawings. F. Where conduits turn up provide 6" rise of concrete encasement to protect conduit from mowing. 3.02 RACEWAYS A. All underground conduits shall be PVC schedule 40 unless otherwise noted. All bends to grade shall be made with plastic coated rigid metallic conduits and shall extend to 6" above grade. Conduits shall be watertight over the entire length of the underground run. B. Install all power, control, and signal wiring. Label each single conductor wire at each connection with PVC sleeve type wire labels. Label each signal cable at each end with plastic waterproof write -on type label to identify terminal connection and function and device served. C. Where empty conduits terminate into equipment install blank "disc" under grounding bushing and bring specified foot -marked pull tape through disc. Label each end of each pull tape with waterproof plastic label to identify terminus of other end and also show conduit size. Northside IV Elevated Storage Tank City Project No. 104291 3.03 WIRING A. All underground wiring runs shall be installed from line to load without splice. END OF SECTION 26 04 10 Underground Electrical Page 3 of 3 Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK SECTION 26 04 50 GROUNDING SYSTEMS PART 1 GENERAL 1.01 SCOPE 26 04 50 Grounding Systems Page 1 of 3 A. Furnish and install complete grounding systems in accordance with Article 250 of the National Electrical Code as shown on the Drawings and as specified herein. B. Provide ground mat grounding electrode system as shown on the drawings and as specified herein. 1.02 SUBMITTALS A. Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall include: 1. Ground well casings 2. Ground rods 3. Terminal lugs and clamps 4. Exothermal welding materials 5. Ground cable 6. Ground connection hardware PART 2 PRODUCTS 2.01 GROUNDING ELECTRODES A. All ground mat grounding electrodes and grounding electrode conductors shall consist of tin- plated stranded copper. B. All ground rods shall be copper clad steel products, 3/4" diameter x 10 foot long, unless otherwise indicated. Ground rods shall be Blackburn #6258, or equal. Provide heavy duty ground rod clamps, exothermic welds where concealed or below grade. Equal to Blackburn #GG58 where vertical connections are installed and #GUV where U-bolt connectors are installed to serve horizontal connections. 2.02 GROUNDING DEVICES A. Connectors shall be furnished as specified under Section 26 01 20. B. Conduit grounding bushings shall be furnished as specified under Section 26 01 10. C. Equipment grounding conductors shall be furnished as specified under Section 26 01 20. D. Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted clamp connector on bottom. Furnish OZ type "VG", or equal flush connectors. Each such Northside IV Elevated Storage Tank City Project No. 104291 26 04 50 Grounding Systems Page 2 of 3 connector shall be furnished with silicon bronze connector bolts for installation of top -mounted grounding connectors. E. Exothermal welding kits shall be "Cadweld" products as manufactured by Erico. Molds, cartridges, powder, and accessories shall be as recommended by the manufacturer. 2.03 GROUND TEST WELLS A. Ground test wells shall be furnished each ground rod for the purpose of field testing the ground mat system. B. Ground test wells shall each consist of ground rod with connector attached to a #4 upcomer from the ground mat and contained within an access well with labeled top. C. Ground test well enclosures shall be Brooks product #3RT series, or equal. Enclosures shall be 10 1/4" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of cover. PART 3 EXECUTION 3.01 GROUND MATS AND GROUND WELLS A. Install ground mat around the perimeter and under the new foundations as shown. Use #4/0 AWG tin-plated copper stranded conductor for the ground mat. Install upcomer with indicated wire sizes of tin-plated copper conductors. Exothermally weld all connections. B. Unless other larger sizes are indicated on the drawings, install #2 upcomers from ground mat to PLC, and other equipment indicated on the drawings. Install "VG" flush floor connector to serve each upcomers and run #2 stingers from top side of each "VG" to ground bus in equipment. Bond VG to rebar in concrete. C. Install ground rods in test wells where indicated on the drawings. D. Install chemical grounding kits where called for. Drill holes as required and install kit per manufacturer's instructions. Exothermic weld all concealed, imbedded in concrete or buried connections. 3.02 WIRING SYSTEMS GROUNDING A. All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed structural steel systems shall be grounded. B. Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except where larger sizes may be shown. Bond each equipment grounding conductor to the equipment grounds at each end of each run. Run 4/0 ground full length of tray, bond to each section and every enclosure where conductors originate or terminate. Protect grounded equipment conductor in conduit where it leaves the tray. C. Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external Northside IV Elevated Storage Tank City Project No. 104291 26 04 50 Grounding Systems Page 3 of 3 bonding jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. D. Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit and bond bushing lug to equipment ground bus. E. Where conduits enter equipment enclosures, equip each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing to ground bus. F. Equipment enclosures that do not come furnished with a ground bus, install ground lug in each enclosure that shall be bonded to the metal cabinet or backpan of the enclosure. G. Separately derived systems shall be each grounded as shown and shall comply with Article 250 of the NEC except where higher standards are shown. 3.04 TESTING A. All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which fails such test or if upon inspection, weld indicates a porous or deformed connection, the weld shall be remade. B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which do not meet this requirement shall be remade. C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown, provide additional grounding as directed by Engineer. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK 26 04 55 Lightning Protection Page 1 of 3 SECTION 26 04 55 LIGHTNING PROTECTION PART 1 GENERAL 1.01 SCOPE A. Furnish and install complete lightning protection system for the elevated tank. 1.02 STANDARDS A. The following specifications and standards of the latest issue form a part of the specification: 1. Lightning Protection Institute (LPI) Installation Code, LPI 175 and clamps 2. National Fire Protection Association Lightning Protection Code, NFPA 78 3. Underwriter Laboratories, Inc. Installation Code, UL96A 4. American Water Works Association (AWWA) 107 Section 8.8 1.03 SYSTEM DESIGN A. The work covered by this section of the specifications consists of system design and furnishing all labor, materials, and items of service required for the completion of a functional lightning protection system as approved by the engineer, and in strict accordance with this section of the specifications. 1.04 SUBMITTALS A. Complete design and drawings showing the type, size, and locations of all grounding, down conductors, down conductors, and painters rail connectors and other miscellaneous components shall be submitted to the engineer for approval. B. Submit shop drawings for all roof penetration details. 1.05 QUALITY ASSURANCE A. Upon completion of the installation, the lightning protection installer shall submit the Underwriters Laboratories, Inc. Master Label certification and the Lightning Protection Institute Certified System certification. Submit record drawings with the LPI forms LPI- C1- 01, -02, and -03. 1.06 STANDARDS A. The system to be furnished under this specification shall be the standard product of manufacturers regularly engaged in the production of lightning protection equipment and shall be the manufacturer's latest approved design. The equipment shall be UL listed and properly UL labeled. All equipment shall be new, and of a design and construction to suit the application where it is used in accordance with accepted industry standards and LPI, UL, NFPA, and NEC code requirements. Northside IV Elevated Storage Tank City Project No. 104291 26 04 55 Lightning Protection Page 2 of 3 PART 2 PRODUCTS 2.01 GENERAL A. All materials shall be copper and bronze and of the size, weight, and construction to suit the application. Bolt type connectors and splicers shall be suitable for use on Class I structures. Pressure squeeze clamps are not acceptable. All mounting hardware shall be stainless steel to prevent corrosion. B. The system shall consist of a complete system and shall include connectors, splicers, bonds, copper down leads, and proper ground terminals. 2.02 LIGHTNING PROTECTION DEVICES A. All equipment shall be Thompson Lightning Protection products or equal. Lightning protection devices shall be unobtrusive in appearance and shall be concealed as much as possible. Cable may be exposed inside the Elevated Tank Column. Structural steel may be utilized as permitted by UL, NFPA, and LPI. B. Down conductors shall be Thompson Lightning Protection #32 STRANDED, ground rods #TL3510. Ground rod connections shall be cadwelded. Provide cable holders #186X and #166 as necessary to support all downlead, and bonding cables at 3 feet on center maximum. Verify compatibility of any proposed adhesive with roofing system in use. Furnish all fittments and appurtenances as required for a complete installation. PART 3 EXECUTION 3.01 INSTALLATION A. Down conductors shall be placed at least 8 feet from the edge of the access platform. At the bottom elevation of the platform fasten a lead with a cast bonding copper connector over to a Y connection at the down conductor. B. Three down conductors shall be installed placed 120 degrees apart or as otherwise designed to meet the lightning protection requirements. Down conductors shall exit the interior of the concrete structure below grade to the ground rods. C. Each down conductor shall consist of not less than 28 wires of soft drawn copper being not less than 14 gauge and not less than 6 ounces per foot. D. Down conductors shall be fastened to the concrete structure with strap fasteners of at least 20- gauge copper, 1/2 inch width, and distance between fasteners shall not exceed 3 feet. E. Anchor 6 inches both sides of any change in direction of conductor. F. All equipment shall be installed in a neat, workmanlike manner. Work with other trades to insure a correct, neat, and unobtrusive installation. G. Place all down conductors no closer than 6 feet from any metal object in the interior of the concrete structure. Northside IV Elevated Storage Tank City Project No. 104291 26 04 55 Lightning Protection Page 3 of 3 H. Installation shall comply in all respects to LPI Code 175. Installation shall be made by or under supervision of an LPI Certified Master Installer. Completed installation shall receive system certification including submittal of Forms LIP-C1-01, LPI-C1-02, and LPI- C1-03. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK 26 05 00 Lighting Page 1 of 1 SECTION 26 05 00 LIGHTING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install interior and exterior lighting as shown on the drawings. 1.02 APPLICATIONS A. Light fixtures shall be LED type and UL listed. 1.03 SUBMITTALS A. Process submittals for the following: 1. Lights as scheduled on the drawings 2. Obstruction light and accessories 3. Emergency Lighting Inverter 4. Poles for outdoor lights PART 2 PRODUCTS 2.01 LIGHT FIXTURES A. Light fixtures shall be as scheduled on the drawings. 2.02 MISCELLANEOUS A. Emergency lighting inverters shall have sine wave output and battery backup. Furnish unit as called for on the drawings. Provide optional alarm contact board and terminals. B. Obstruction light shall be as scheduled on the drawings. Provide transfer relay module and photocell. Obstruction light shall comply with FAA requirements. PART 3 EXECUTION 3.01 INSTALLATION A. Furnish and install and test lighting system per manufacturer's recommendations. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 INTENTIONALLY LEFT BLANK 330910-1 CONTROL VALVE AND ACTUATOR SECTION 33 09 10 CONTROL VALVE ACTUATOR PART 1 - GENERAL 1.1 SUMMARY Page 1 of 8 A. Section Includes 1. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, butterfly control valve actuator as specified herein and shown on the drawings. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valves 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is measured per Control Valve and Actuator. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" are included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. C. Submittals required after award of contract and prior to installation: 1. Technical bulletins and brochures. 2. Electrical diagram. D. Submittals required prior to final walk through: 1. Operation and Maintenance Manual. Northside IV Elevated Storage Tank City Project No. 104291 330910-2 CONTROL VALVE AND ACTUATOR Page 2 of 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Motor operator motor data sheet showing voltage, horsepower, full load amps, locked rotor amps, etc. B. Shop Drawings 1. Project specific motor operator control schematic/wiring diagrams. 2. Valve torque calculations and resulting actuator and motor sizing. a. Provide torque calculations through the full range of operations for all motor operated valves. 3. Motor operator torque. C. Certificates 1. Performance Test Certificate 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data 1. A factory representative of all major component manufacturers, who has complete knowledge of proper operation and maintenance, shall be provided for one day to instruct representatives of the Owner on proper operation and maintenance. Ifthere are difficulties in operation of the equipment during instruction sessions, additional sessions shall be provided at no cost to the Owner. 2. Prior to scheduling instructions, submit outline of instructions to Engineer for approval. 3. Operating and maintenance manual shall be explained during these instructions. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts 1. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with alock. 2. Furnish a wireless configurator capable of reconfiguring the unit without opening the enclosure. 3. The successful bidder, to allow for actuator rebuild or repair, shall inventory a complete complement of spare parts. All spares shall be available to City personnel within 72 hours of request as not to delay operations. 1.9 QUALITY ASSURANCE A. Unit Responsibility and Coordination 1. The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve components including the actuator. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested, and installed by factory -authorized representatives experienced in the design and manufacture of the valve equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. B. Certifications Northside IV Elevated Storage Tank City Project No. 104291 330910-3 CONTROL VALVE AND ACTUATOR Page 3 of 8 1. Performance Test Certificate a. Each actuator must be performance tested and individual test certificates shall be supplied free -of -charge. The test equipment should simulate a typical valve load and the following parameters should be recorded: 1) Current at maximum torque setting 2) Torque at maximum torque setting 3) Flash Test Voltage 4) Actuator Output Speed or Operating Time b. In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. C. Preconstruction Testing 1. Cycle test to be witnessed by the Engineer, Contractor, and City's Representative prior to delivery to jobsite if requested. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. Storage and Handling Requirements 1. All equipment and parts must be properly protected against any damage during a prolonged period at the site. 2. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. The equipment to be provided under this section shall be suitable for installation and operation in potable water systems. 1.12 WARRANTY A. Manufacturer Warranty 1. Each actuator shall be warranted for a period of 60 months from date of shipment. This warranty shall be held in effect regardless of precommissioning conditions in a typical indoor or outdoor environment as long as the actuator is not abused or disassembled. This warranty shall not require the use of special storage procedures (such as the use of indoor storage, plastic bags, desiccants, and the energization of heater(s) in order to be maintained. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the City. Northside IV Elevated Storage Tank City Project No. 104291 330910-4 CONTROL VALVE AND ACTUATOR Page 4 of 8 PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT A. Control Valve 1. Control valves shall conform to Section 33 12 21. B. Actuator Manufacturers 1. Manufacturer List a. Rotork IQ b. AUMA c. Beck d. No other manufacturers will be considered. 2. Electric motor operators shall be provided by the local Representative. C. Performance / Design Criteria 1. General a. Operating Conditions 1) Downstream Minimum Pressure a) 25 psi 2) Maximum Pressure Differential (either direction): a) 100 psi 3) Maximum Flow Rate: a) 15,000gpm 4) Minimum Flow Rate: a) 500 gpm b. Valve shall operate in the above conditions without damage to the valve c. The valve actuator shall have a transmitter that shall output a 4-20ma signal proportional to position. d. Actuators shall have integral controls with integral 240 volt disconnect. The integral controls shall be mechanical type with electromechanical motor contactors and four rotor limit switch assembly. e. Electric actuator shall include the 120/240 VAC / Single Phase / 60 Hz electric motor, integral worm gear, reduction gearing, valve stem drive nut/bushing, position limit switches, mechanical overload torque switches, ductile iron gear case, local pushbutton control station, close -coupled circuit breaker disconnect and automatic de-clutchable handwheel. f The electric motor valve operators shall be of the reversible motor type. The rated torque capability of each operator shall be sufficient to seat, unseat, and rigidly hold in any position the valve disc under the operating conditions specified herein. 2. Actuator Sizing a. The actuator shall be sized to guarantee valve closure at the specified differential pressure. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. The operating speed shall be such as to give valve closing and opening as shown in the valve schedule. 3. Ambient Temperature Northside IV Elevated Storage Tank City Project No. 104291 330910-5 CONTROL VALVE AND ACTUATOR Page 5 of 8 a. The actuator shall be capable of functioning in an ambient temperature ranging from minus 22° F (- 30° C) to plus 158° F (+ 70° C). 4. Motor a. Electric motors shall be specifically designed for valve actuator service, be intermittent duty (S4) rated, and shall be totally enclosed, non -ventilated. The enclosure shall meet NEMA 6 (temporary submergence, 6 ft. head for 30 minutes) and NEMA 4 (weatherproofing). Motor shall be capable of operation under maximum specified loads when the voltage to the motor is +/- 10% of the nominal voltage. Motor shall have Class F insulation with thermal overload sensors imbedded in the motor windings. b. Protection shall be provided for the motor as follows: 1) The motor shall be de -energized in the event of stall when attempting to unseat a jammed valve. 2) A thermostat imbedded in the windings to protect against overheating shall sense motor temperature. 5. Gearing a. Motor speed reduction shall be by means of a gear train consisting of hardened steel spur gears and self-locking worm and worm gear set. The worm shall be heat treated alloy steel and have worm thread surface rolled or ground. The worm gear shall be ductile iron. Non-metallic gears in the power train are not acceptable. b. All gearing and shafting shall be supported on anti -friction bearings. All thrust components shall be supported by use of tapered roller bearings. 6. Hand Operation a. A handwheel shall be provided for emergency operation engaged when the motor is declutched by a lever or similar means; the drive being restored to power automatically by starting the motor. 1) The hand/auto selection lever should be padlockable in both "Hand" and "Auto" positions. 2) It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train. 3) Handwheel or handcrank rim pull shall NOT exceed 80 pounds. b. The handwheel drive must be mechanically independent of the motor drive, and any gearing should be such as to permit emergency manual operation in a reasonable time. c. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. This disengagement and any subsequent reengagement shall not cause any damage to the valve or operator even with the motor running 7. Drive Bushing a. The actuator shall be furnished with a drive bushing easily detachable for machining to suit the valve stem or gearbox input shaft. Normally the drive bush shall be positioned in a detachable base of the actuator. Thrust bearings, when housed in a separate thrust base, should be of the sealed -for -life type. 8. Remote Valve Position/Actuator Status Indication Northside IV Elevated Storage Tank City Project No. 104291 330910-6 CONTROL VALVE AND ACTUATOR Page 6 of 8 a. Sixteen contacts, 4 on each rotor, shall be provided. One rotor shall have fixed open limit switches, one rotor shall have fixed closed limit switches, and two rotors shall be fully adjustable across the stroke of the valve. The contacts shall be rated at 5A, 120V AC, 30V DC. Current source 4-20 mA output transmitter shall provide constant valve position feedback on the butterfly valves. Gearbox visual indicator is required on all valves. 9. Local Position Indication a. The display shall be able to be rotated in 90-degree increments in order to provide easy viewing regardless of actuator mounting position. 10. Controls a. The butterfly valve shall be suitable for modulating service. Open and close positioning contact commands will come from the RTU. Modulating service shall be rated for up to 600 starts per hour with positioning accuracy to +/- 0.25%. b. Reversing Contactor Control voltage shall be 120 volts, 50 or 60 Hz. N.O. Seal -in contacts for momentary contact pushbutton control and N.C.contacts for electrical interlock shall be supplied. When specified, additional contacts (1 N.O. and 1 N.C. for open and close coils) shall be supplied. The contactor shall be both electrically and mechanically interlocked. It shall be completely wired as an assembly and plug connected to the modular package. c. Control Power Transformer assembly shall provide 115, 18 and 12 VAC. It shall be epoxy impregnated and encapsulated to prevent moisture incursion and shall be completely wired as an assembly and plug connected to the modular package. d. Each actuator shall be supplied with open -stop -close pushbuttons furnished integrally mounted. Pushbuttons shall be double o-ring sealed and include a protective silicone boot. Seal material shall be resistant to ozone and ultraviolet light. When integrally mounted pushbuttons are specified, the design shall permit operation of the buttons when the electrical enclosure cover is open. e. The actuator shall include two (2) long life high intensity LED type pilotlights to indicate open, closed and intermediate valve position (both lights on). Red shall indicate valve open and green shall indicate valve closed. f. Actuators shall have phase failure relay to protect actuator from single phase conditions. The actuator shall include a 3-position selector switch, for local (hand) -off - remote (auto) control. The selector switch shall be padlockable in any position. 11. Monitoring and Diagnostic Facilities a. Modulating Service 1) Provision for the following interface signals shall be as follows, and as shown on the Drawings: g. To Valve From Valve From Valve From Valve From Valve From Valve Modulating Signals Position Command (ZC) Position Indication (ZI) In Remote (YL) Full Open Status (ZSH) Full Closed Status (ZSL) Valve Fail (XA) 4 — 20 ma (% Open) 4 — 20 ma (% Open) Dry Contact Dry Contact Dry Contact Dry Contact Northside IV Elevated Storage Tank City Project No. 104291 330910-7 CONTROL VALVE AND ACTUATOR Page 7 of 8 b. Facilities shall be provided for monitoring actuator operation and availability as follows: 1) Monitor (availability) relay, having one change -over contact, the relay being energized from the control transformer only when the Local/Off/Remote selector is in the "Remote" position and thermostat isnot "tripped" to indicate that the actuator is available for remote (control room) operation. 2) Where required, it shall be possible to provide indication of thermostat trip and "Remote" selected as discreet signals. 12. Wiring Terminals a. Internal wiring shall be of tropical grade PVC insulated stranded cable of appropriate size for the control and three-phase power. Each wire shall be clearly identified at each end. b. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. When required, a fourth cable entry shall be provided. c. All wiring supplied as part of the actuator shall be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. d. A durable terminal identification card showing plan of terminals shall be provided and attached to the inside of the terminal box cover indicating: 1) Serial Number 2) External Voltage Values 3) Wiring Diagram Number 4) Terminal Layout This must be suitable for the contractor to inscribe cable core identification beside terminal numbers. 13. Enclosure a. Actuator shall be designed for non -intrusive start up / commissioning b. Actuators shall be '0' ring sealed, watertight to NEMA 6. Provide double seal conduit entrance compartments. c. Enclosure must allow for temporary site storage without the need for electrical supply connection. d. All external fasteners shall be stainless steel. D. Finishes 1. Powdercoat finish shall be UV resistant E. Actuator Mounting 1. Actuator for 16" valve to be direct -mounted using carbon steel bracket and coupling with black powder coat finish. 2. Floor stand and stem extension a. Material: 1) Carbon Steel b. Coating: 1) UV resistant nylon powdercoat Northside IV Elevated Storage Tank City Project No. 104291 330910-8 CONTROL VALVE AND ACTUATOR Page 8 of 8 2.3 ACCESSORIES [NOT USED] PART 3 - EXECUTION 3.1 INSTALLATION A. All control valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. B. Installation and adjustment shall be checked and approved by a manufacturer's factory representative. Manufacturer's representative shall be present during startup of pumping units to make adjustments to actuator limit switches so that hydraulic surges are minimized during pump starting and stopping. After acceptance, the representative shall address a letter to the City outlining all installation and start up procedures. The letter shall include a statement that the valves are installed per the manufacturer's recommendations. The manufacturer or his qualified representative shall conduct training session for the City's personnel in the operation and maintenance of the valve. 3.2 VALVE SCHEDULE LOCATION DUTY QTY SIZE TYPE Actuator STROKE TIME Northside IV EST Modulating Service 1 16" 250B Butterfly Valve Quarter -Turn 180 sec. A. The actuator shall be sized appropriately to meet the aforementioned stroke time 37 without pulsing the actuator motor. 3.3 SYSTEM STARTUP A. Each actuator shall be supplied with a startup kit comprising installation instruction, electrical wiring diagram, and sufficient spare cover screws and seals to make good any site losses during the commissioning period. 3.4 CLOSEOUT ACTIVITIES A. Training 1. A factory representative of all major component manufacturers, who has complete knowledge of proper operation and maintenance, shall be provided for one day to instruct representatives of the City on proper operation and maintenance. If there are difficulties in operation of the equipment during instruction sessions, additional sessions shall be provided at no cost to the City. a. Prior to scheduling instructions, submit outline of instructions to City for approval. b. Operating and maintenance manual shall be explained during these instructions. END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 331221-1 AWWA Rubber -Seated Butterfly Valves Page 1 of 11 SECTION 33 12 21 AWWA RUBBER -SEATED BUTTERFLY VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. AWWA Rubber -Seated Butterfly Valves 12-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as shown on the Standard Products List. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.1 2. Added 1.1.C.6 3. Added 2.2.A.3 4. Added 2.2.C10.b 5. Modified 2.3.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 05 16 — Concrete Water Vaults 6. Section 33 09 10 — Control Valve Actuator 7. Section 33 11 05 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "AWWA Butterfly Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-2 AWWA Rubber -Seated Butterfly Valves Page 2 of 11 g. Furnishing, placing and compaction of embedment h. Furnishing, placing and compaction of backfill i. Clean-up j. Cleaning k. Disinfection 1. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. B1.1, Unified Inch Screw Thread Series 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. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A536, Standard Specification for Ductile Iron Castings. d. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 6. American Water Works Association (AWWA): a. C504, Rubber -Seated Butterfly Valves. b. C550, Protective Interior Coatings for Valves and Hydrants. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings/NACE International (SSPC/NACE): a. SP 10/NACE No. 2, Near -White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Rubber -Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-3 AWWA Rubber -Seated Butterfly Valves Page 3 of 11 f. Valve Seat Type and bonding method to disc or body g. Valve -port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operator and extension stems 1. Opening direction 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber -Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast -in -place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber -Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber -Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber -Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Rubber -Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Rubber -Seated Butterfly Valves shall be in conformance with AWWA C504. c. Casings for Rubber -Seated Butterfly Valves; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Rubber -Seated Butterfly Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-4 AWWA Rubber -Seated Butterfly Valves Page 4 of 11 d. Worm -gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504 & CSPV-3 Quarter -turn Worm Gear Operator, 2) AUWA GS Part -Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non-burier applications or WB series for direct -buried applications 5) Or Engineer approved equal 2. The AWWA Rubber -Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber -Seated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve, actuator and extension stems. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory -authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-5 AWWA Rubber -Seated Butterfly Valves Page 5 of 11 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Manufacturer must meet valve seat requirements. B. Description 1. Regulatory Requirements a. AWWA Rubber -Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber -Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B 16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material 2) Provide bolts and nuts in accordance with Section 33 11 05. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B 1.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 11 05. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-6 AWWA Rubber -Seated Butterfly Valves Page 6 of 11 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub -shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 1/2 times shaft diameter 3) Minimum diameter per AWWA C504 4) Horizontal orientation 7. Shaft Seals a. Valve shaft seals shall be self -compensating V-type packing with a minimum of 4 sealing rings. b. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9. Valve Seat a. Seats on Body (for transmission projects only) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body. 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the full 360 degrees circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (for transmission or water facility) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. 4) The resilient seat's mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance / Design Criteria a. Valve Classification shall be Class 250B b. Provide 16-inch butterfly valve suitable for modulating service in accordance with Section 33 09 10. D. Finishes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-7 AWWA Rubber -Seated Butterfly Valves Page 7 of 11 1. Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the latest revision of AWWA C550. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. b. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer's standard coating or as specified in the Contract Documents. c. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. d. Surfaces to be coated shall be prepared and sand -blasted per SSPC SP 10/NACE No. 2. e. Final coating thickness shall be 16 mils minimum. f. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. g. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. E. Marking for Identification 1. For each Rubber -Seated Butterfly Valve, clearly mark with the following information: a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 2.3 ACCESSORIES A. Rubber -Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 1. Below grade Rubber -Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. For 16-inch butterfly valve, provide actuator suitable for modulating service in accordance with Section 33 09 10. b. All other valves shall be provided with manual actuators, unless otherwise specified in the Drawings. c. Valves shall be opened by turning the actuator clockwise and close counter clockwise. d. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. e. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-8 AWWA Rubber -Seated Butterfly Valves Page 8 of 11 f. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. g. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing "Open" and "Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees h. Actuator shall be worm -gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom -entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. Worm gear operator shall include handwheel with maximum 80 pound rim pull or a 2- inch AWWA Nut with a maximum 150 ft. lbs required input torque 4) Materials of Construction a) Housing: Ductile Iron b) Drive sleeve: Bronze c) Worm: Alloy steel with splined input drive connection d) Bearings: Heavy duty tapered roller bearings e) Finish: Thermostatically Applied Polyester Powdercoat f) Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. a) With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi -turn "torque - only" electric valve actuator. (1) Supplier shall include the Number of Turns required to complete on Open -to -Close stroke in the Equipment Submittal. 3. Extension Stem a. Keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the valve is 3 feet or more beneath the surface of the ground 1) Not required for City stock orders. 2) Extension stems shall not be bolted or attached to the valve -operating nut. 3) Extension stems shall be of cold rolled steel with a cross -sectional area of 1 square inch, fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-9 AWWA Rubber -Seated Butterfly Valves Page 9 of 11 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage (i.e. bubbles in the water pool) during the test period. 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All Rubber -Seated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. 2. For buried applications, Rubber -Seated Butterfly Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00. All vault appurtenances shall be installed in accordance with Section 33 05 16. 3. All excavations shall be backfilled in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed Rubber -Seated Butterfly Valve, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 33 12 21 - 10 AWWA Rubber -Seated Butterfly Valves Page 10 of 11 b. If access and operation of the Rubber -Seated Butterfly Valve meet the City's criteria, then the valve will be accepted as installed. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 331221-11 AWWA Rubber -Seated Butterfly Valves Page 11 of 11 Revision Log DA IL NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A — Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 2.2.C.3 and 4 — Added Section 33 11 05 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 6/24/2014 D. Townsend 1.1.A Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches; Blue text included for exceptions 1.6.C.3 Added Section. Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.1.c Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.1.d Added Section. Acceptable worm gear type actuators. 2.2.A.2. Added Clarification. Accepted product can be listed in this specification 2.3.A.2.g. 3&4. Format Change. Added Item 4 to Item 3. 2.3.AQ.2.g.3. Addition: "or 2-inch AWWA Nut with a maximum 150 ft lbs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.0 & 2.3.A.2.c.1 Modification. Manual actuator to have adjustable stops 04/23/2019 Walter Norwood 1.1.A previously referenced "...as specified herein and shown on the Drawings." and was updated to reflect "...as shown on the Standard Products List." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 23, 2019 Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 1 COMPOSITE ELEVATED WATER STORAGE TANK Page 1 of 26 SECTION 3316 19 COMPOSITE ELEVATED WATER STORAGE TANK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. This section includes the design, construction, testing, and commissioning of a Composite elevated tank and related work including foundations, painting, electrical, mechanical and appurtenances. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 08 11 19 - Steel Doors and Frames 4. Section 08 33 23 - Overhead Coiling Doors 5. Section 08 71 10 - Finish Hardware 6. Section 09 91 00 - Painting 7. Section 09 97 14 - Steel Water Storage Tank Coating 8. Section 33 04 10 - Joint Bonding and Electrical Isolation 9. Division 40 - Instrumentation 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall be lump sum. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 3. The price bid will include: a. Composite elevated water storage tank, in accordance with the requirements of AWWA D 107 Standard for Composite Elevated Tanks for Water Storage b. Excavation c. Forms d. Concrete e. Reinforcing steel f. Backfill g. Cast -in place reinforced concrete slab h. Concrete pedestal i. Welded steel tank j. Piping k. Appurtenances 1. Pipe connections Northside IV Elevated Storage Tank City Project No. 104291 331619-2 COMPOSITE ELEVATED WATER STORAGE TANK Page 2 of 26 m. Hauling n. Disposal of excess materials o. Placement and compaction of backfill p. Permits q. Clean-up r. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. ANSI B16.5, Pipe Flanges and Flanged Fittings b. ANSI ASCE 7, Minimum Design Loads for Buildings and Other Structures 3. American Society of Civil Engineers (ASCE): a. Standard 7-02, Minimum Design Loads for Buildings and other Structures 4. ASTM International (ASTM): a. ASTM A 123, Zinc Coatings on Iron and Steel Products b. ASTM A 240, Stainless Steel Plate, Sheet and Strip for Pressure Vessels c. ASTM A 285, Pressure Vessel Plates, Carbon Steel d. ASTM A 774, Welded Stainless Steel Fittings e. ASTM A 778, Welded Stainless Steel Tubular Products 5. American Water Works Association (AWWA): a. AWWA D 107, Composite Elevated Tanks for Water Storage b. AWWA D 100, Welded Steel Tanks for Water Storage c. AWWA D102, Coating Steel Water Storage Tanks d. AWWA C652, Disinfection of Water Storage Facilities 6. American Concrete Institute (ACI): a. ACI 117, Standard Tolerances for Concrete Construction and Materials b. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete c. ACI 305, Hot Weather Concreting d. ACI 306, Cold Weather Concreting e. ACI 318, Building Code Requirements for Structural Concrete f ACI 347, Guide to Formwork for Concrete 7. American Institute of Steel Construction (AISC): a. AISC S335, Specification for Structural Steel Buildings 8. American Petroleum Institute (API): a. API 650, Welded Steel Tanks for Oil Storage 9. Federal Aviation Administration (FAA): a. FAA 70/7460-1H, Obstruction Marking and Lighting 10. National Fire Protection Agency (NFPA): a. NFPA NEC, National Electric Code b. NFPA 780, Standard for the Installation of Lightning Protection Systems 11. National Science Foundation (NSF): a. NSF 61/600, Standard for Drinking Water System Components 12. Occupational Safety and Health Administration (OSHA): Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 3 COMPOSITE ELEVATED WATER STORAGE TANK Page 3 of 26 a. OSHA 29 CFR, Part 1926 Safety and Health Regulations for Construction 13. Society for Protective Coatings (SSPC) a. SSPC VIS-89, Visual Standard for Abrasive Blast Cleaned Steel 14. Texas Commission on Environmental Quality (TCEQ) 15. International Building Code and associated standards, {2021 } Edition including all amendments, referred to herein as Building Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Concrete Mix Design 2. Piping 3. Valves 4. Fittings 5. Ladders 6. Walkways 7. Railings 8. Electrical 9. Telemetry 10. Site Improvements 11. Tank Nameplate 12. Doors 13. Hatches 14. Logo B. Geotechnical Report 1. Provide a geotechnical report performed by an independent third -party firm. Independent third party may be the same as the geotechnical firm used for the design phase. The independent firm's investigation shall, at a minimum, include the following as a separate report from the design phase: a. A minimum of 3-test holes b. Maximum allowable bearing pressure (with minimum safety factors in accordance with AWWA D107) c. Settlement d. Uplift potential e. Foundation recommendation f. Contractor may use the same geotechnical firm 2. The geotechnical report shall be sealed by a Professional Engineer licensed in the State of Texas. Northside IV Elevated Storage Tank City Project No. 104291 331619-4 COMPOSITE ELEVATED WATER STORAGE TANK Page 4 of 26 3. If the Contractor's geotechnical report yields results which vary from the original geotechnical report included in the bidding documents, the Contractor shall notify the City in writing within 3 working days. In no case shall the design include allowable bearing pressure that is greater than the original report. In the case of substantial variation in the reports, the City will direct the Contractor in procedures to coordinate results. C. Shop Drawings 1. Provide shop drawings and design calculations, sealed by a Licensed Professional Engineer in Texas, including: a. Fabrication drawings, to scale, of: 1) Elevation, Plan, and Section Views of a) Foundation b) Support Structure c) Tank d) Appurtenant equipment and accessories 2) Foundation Details a) Excavation b) Soil protection and backfill requirements 3) Steel Tank Details a) Components, fabrications, weld joints, and a layout showing all primary and secondary shop and field welds. 4) Reinforced concrete details a) Construction joints b) Openings c) Inserts d) Reinforcement shall be clearly indicated on the structural drawings and identified by mark numbers that are used on the fabrication schedule. e) Location, spacing and splice dimensions shall be shown. f) Placement and fabrication details shall conform to ACI 318. b. Design calculations, including but not limited to: 1) Table showing capacity of the tank in gallons at all levels in one -foot increments. 2) Design for the foundation, support structure, tank and other components. Include the design basis, loads and load combinations and results that show conformance with specifications and referenced codes and standards. 3) A finite element analysis that accurately models the intersecting elements of the interface region. The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank cone and the tank floor to the concrete support wall. The analysis shall provide results including the shear, moment, and compression or tension caused by the intersecting elements in the interface region. D. Samples 1. Coating Sample Colors E. Certificates 1. Steel Mill Certificates 2. Certification of Welding Inspectors F. Test and Evaluation Reports Northside IV Elevated Storage Tank City Project No. 104291 331619-5 COMPOSITE ELEVATED WATER STORAGE TANK Page 5 of 26 1. Geotechnical Report performed by Contractor 2. Report of Inspection of Foundation -Bearing Stratum 3. Visual Inspection Report for Compliance with Tolerances 4. Visual Inspection Report for Steel Tank Welding in Compliance with AWWA D107 5. Concrete Test Reports 6. Weld Test Reports and Radiographs 7. Painting Inspection Reports 8. Hydrostatic Test Reports 9. Settlement Monitoring Reports 10. Density Reports for Backfill G. Manufacturer Reports 1. Manufacturers Certificates and Field Reports 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data 1. Provide six (6) manuals that include operating instructions and maintenance procedures for the elevated tank and all applicable appurtenant equipment, mechanical components and accessories in accordance with Section 01 78 23. Include tank information; dimensioned drawings, piping diagrams and design data. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Special Prequalification: Failure to meet the qualification requirements is failure to fulfill the Contract. 1. Prequalification Submittal: a. Tank Contractors must submit pre -qualifications in accordance with Section 00 21 13 and 00 45 11. 1) Pre -qualifications must be received by the City no later than fourteen (14) days prior to the date of the opening of the bids. 2) The City will provide a list of prequalified tank contractors seven (7) days prior to the date of the opening of bids. 2. Prequalification Requirements: a. Composite Elevated Storage Tank Contractor (AWWA D107) 1) Contractor must meet the requirements of Section 00 4511. 2) Contractor bidding this work shall be a specialist in the design and construction of composite elevated storage tank in accordance with AWWA D107 and shall have constructed (in the company's own name) a minimum of ten (10) such structures of 1.0 MG, or greater, which have been in successful service for a minimum of five (5) years. 3) The Contractor shall furnish evidence of successful experience by including project owner, project name, location, tank dimensions, soil conditions, and any claims and resolutions. Owner's representative with address and telephone number shall be provided. B. Certifications Northside IV Elevated Storage Tank City Project No. 104291 331619-6 COMPOSITE ELEVATED WATER STORAGE TANK Page 6 of 26 1. Provide certification from the engineer of record that the elevated tank has been designed in accordance with the requirements of the specification. 2. Provide certification that the project has been constructed in accordance with the contract documents, specifications and approved submittals. 3. Provide certification that testing and inspection requirements of 3.7 have been performed and the results comply with the requirements of the specification. 4. Provide shop and field weld procedures for all structural joints on the steel tank and the name of the certified welding inspector (CWI) that will perform spot inspections of the shop and field welding process. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. The Contractor shall handle materials and fabricated components in a manner that will protect them from damage. 2. Allow painted materials adequate cure time prior to stacking or shipping. B. Storage and Handling Requirements 1. Protect delivered materials and equipment from damage. Store in well -drained areas and provide blocking to minimize contact with the ground. Repair any surfaces that show evidence of deterioration or contamination. 2. All appurtenances shall be stored in accordance with the manufacturers' recommendation. 1.11 FIELD CONDITIONS A. Permits and Easements 1. Permits, licenses, and easements required for permanent structures, changes in existing facilities or advancement of the construction as specified, shall be secured and paid for by the City prior to the start of construction. These include building permits, airspace authority approval, site access easements, highway crossing permits, etc. 2. Licenses or permits of a temporary nature required by specific trades shall be the responsibility of the Contractor. B. Existing Conditions 1. A geotechnical investigation has been carried out at the site. The foundation recommendations are included in the report prepared by the Geotechnical Engineer for bidding purposes only. The Contractor shall be responsible for performing an additional geotechnical investigation as described in Section 1.6.B herein. C. Access 1. The Contractor shall provide an all-weather access from public and gas roads to the tank site for construction equipment and City maintenance vehicles. 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. B. Warranty Documentation Northside IV Elevated Storage Tank City Project No. 104291 331619-7 COMPOSITE ELEVATED WATER STORAGE TANK Page 7 of 26 1. The Contractor shall guarantee the structure, appurtenant equipment and accessories provided under this section against defective design, workmanship or materials for a period of two years from the date of final completion in the contract Maintenance Bond. If notified within this period, the Contractor shall repair any defects at no cost to the City. Defects caused by damaging service conditions are not covered. 2. All guarantees for materials, equipment and accessories provided under this section shall be obtained by the Contractor and submitted. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only manufacturers prequalified per City requirements will be considered. B. Description 1. The Composite elevated tank shall consist of the following: foundation, reinforced concrete support structure and a welded steel water tank. The support structure shall extend vertically from the foundation as a circular concrete wall. A domed concrete slab shall be provided as structural support for the steel tank within the perimeter of the wall. A reinforced concrete ring beam shall be provided to connect the steel tank, concrete dome and concrete support wall. The elevated tank shall be in accordance with the dimensions and details required by these specifications and drawings. 2. Regulatory Requirements a. The standards, specifications, procedures, codes, and regulations of the entities referenced in Article 1.3 shall be observed and followed as applicable and as specified. b. The elevated tank shall be designed and constructed in compliance with the governing building code and with other applicable federal, state and local regulations. c. Personnel safety equipment shall be provided in accordance with OSHA requirements and manufacturers documentation. C. Performance / Design Criteria 1. Operating Parameters a. Minimum capacity within operating range 1,000,000 gallons b. Maximum operating range 40.00 ft c. Elevation 1) Overflow/top capacity level 1030.00 ft 2) bottom capacity level 990.00 ft 3) grade slab 875.50 ft 4) final ground As per Grading Plan d. Inlet / Outlet Pipe Diameter 16 in. e. Overflow Pipe Diameter 12 in. f. Maximum fill and drain rate 6,000 gpm 2. General Design Northside IV Elevated Storage Tank City Project No. 104291 331619-8 COMPOSITE ELEVATED WATER STORAGE TANK Page 8 of 26 a. Design Standards - The structural design of the elevated storage tank shall conform to the following design standards except as modified or clarified by this section. 1) Foundations and Support Structure: AWWA D107 2) Composite Elevated Tank: AWWA D107 b. Design Parameters - The applicable design parameters are: 1) Seismic Design in accordance with ASCE 7 2) Design Wind Speed 120 mph 3) Design Snow Load minimum 25 psf and in accordance with AWWA D107 3. Design Loads a. Design loads shall be in accordance with AWWA D107 and ASCE 7. 1) Dead load shall be the estimated weight of all permanent structural components, attachments, and equipment. 2) Water load shall be the weight of water when the tank is filled to overflow/top capacity level. 3) Roof live load in addition to snow load: none. 4) Roof snow load shall be determined in accordance with AWWA D107. Ground snow load shall be determined from Figure 7-1 in ASCE 7. 5) Wind loads shall be in accordance with ASCE 7 for wind exposure category C, and basic wind speed in accordance with Figure 26.5-1B in ASCE 7, and shall not be less than 120 mph. 6) Horizontal and vertical seismic loads shall be in accordance with AWWA D107 and the Site Class as determined in Chapter 20 ASCE 7. a) Importance factor I = 1.50. b) Response Modification Coefficient R < 3.0 4. Combination of Loads a. The effect of combination of loads shall be considered in accordance with AWWA D107. D. Materials 1. Reinforced Concrete a. Concrete materials and reinforcement shall comply with ACI 318, except as modified in this section. 2. Steel Tank a. Steel tank components, including steel plates, sheets, structural shapes and filler metals shall be in accordance with AWWA D107. 3. Piping and Fittings a. All materials to come in contact with potable water shall be tested in accordance with NSF 61/600. Piping and fittings shall conform to: 1) Steel Pipe AWWA C200 2) Ductile Iron Pipe AWWA C150 & C151 3) Ductile Iron Fittings AWWA C110 4) Concrete Pressure Pipe, Bar -Wrapped Steel Cylinder Type AWWA C303 5) PVC Pipe AWWA C900 E. Concrete Foundation 1. See Article 1.6 for independent third -party geotechnical report requirements for foundation design. 2. The concrete foundation shall be designed in accordance with AWWA D107. 3. Minimum compressive strength of 4,000 psi at 28 days Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 9 COMPOSITE ELEVATED WATER STORAGE TANK Page 9 of 26 4. Service load reinforcement tension stress shall not exceed 30,000 psi under dead plus water load unless flexural cracking is otherwise controlled in accordance with alternate provisions outlined in AWWA D107. 5. Pipe cover specified in the drawings dictates minimum foundation depth in addition to AWWA D107. F. Concrete Support Structure (Pedestal) 1. The cast -in -place concrete support structure shall be designed in accordance with AWWA D107 and ACI 318. 2. Minimum compressive strength of 4,000 psi at 28 days 3. Maximum water-cementitious material ratio of 0.50. 4. Maximum specified compressive strength of concrete for the wall and dome shall be 6,000 and 5,000 psi respectively 5. Minimum concrete cover to reinforcement shall be per ACI 318, Section 7.7.1., but not less than 1-inch. 6. Support Wall a. Reinforced concrete with a minimum thickness of 8 inches exclusive of any rustication or architectural relief. b. Wall thickness shall be provided such that the average compressive stress due to the weight of the structure and stored water is limited to 25% of specified compressive strength, but not greater than 1000 psi. c. A minimum total wall reinforcement of 0.15% vertically and 0.20% horizontally shall be distributed approximately equally to each face. For horizontal reinforcement utilizing No. 6 bars and larger, minimum total wall reinforcement shall be 0.25%. 7. Tank Floor a. Tank floor shall be a reinforced concrete dome not less than 8 inches thick. b. The average compressive stress due to the weight of the structure and stored water shall not exceed 13% of the specified compressive strength, nor greater than 600 psi. c. Minimum total reinforcement in orthogonal directions shall be 0.40% distributed approximately equally to each face. Additional reinforcement shall be provided as required for stress caused by edge restraint effects. 8. Openings a. Openings shall be designed in accordance with AWWA D107. b. Openings 8 ft. 0 in. or wider used for vehicle access shall be strengthened against vehicle impact and local buckling by means of an internal buttress located on each side of the opening. The buttress shall consist of a thickened, reinforced concrete wall section that is integrally formed and placed with the support wall. The buttress section shall be not less than 3 ft. 0 in. wide and 6 in. thicker than the nominal wall dimension. G. Concrete Support Structure/ Steel Tank Interface 1. Interface Region a. The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank floor and steel tank floor to the concrete support wall. This includes a ring -beam and connection details. b. The Interface Region shall be designed in accordance with AWWA D107. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 10 COMPOSITE ELEVATED WATER STORAGE TANK Page 10 of 26 c. The geometry of the interface shall provide for positive drainage and not allow either condensate or precipitation to accumulate at the top of the concrete wall or ring -beam. 2. Ring -beam a. Ring -beam design shall be in accordance with AWWA D107 and consider unbalanced forces from the following: 1) Steel tank cone 2) Steel concrete dome 3) Load conditions varying with water level 4) Eccentricity of loads resulting from design geometry 5) Allowance for variations due to construction imperfection and tolerance. b. The ring -beam shall be reinforced concrete with a nominal width and height of at least two times the support wall thickness. c. Minimum circumferential reinforcement shall be 0.40% of the gross concrete area. d. For direct tension, reinforcement shall be provided such that the average service load stress in tension reinforcement due to the weight of the structure and stored water does not exceed 12,750 psi. H. Steel Tank 1. The steel tank shall be all welded construction and shall be designed in accordance with applicable sections of AWWA D107. The required capacity and dimensions of the tank are noted on the drawings and in the specifications. All exposed lap joints shall be fully seal welded on both sides. Drip rings shall be provided on the top and bottom of the tank shell. 2. Plate Thickness a. All members shall be designed to safely withstand the maximum stress to which they may be subjected during erection and operation. b. The minimum thickness of any steel plate in contact with water shall be 1/4 in. c. Plate thickness per AWWA D107. 3. Roof Details a. The roof of the steel tank shall be conical or dome -shaped and designed in accordance with AWWA D107. 1) For a conical shape, the roof shall contain a slope ranging from 8:1 to 12:1. The intersection of the vertical wall plate and the roof shall be configured with a 2'-6" high by 1'-6" wide transition knuckle. 2) A flat domed roof with a 2'-6" pressed knuckle transition is also acceptable. b. All structural members supporting the roof of the steel tank shall be flat bar or sealed square tubular sections and located above the top capacity level. c. Support beams shall be seal welded to the underside of the roof plate along the entire length of the beam. 2.3 ACCESSORIES A. Accessories shall comply with the minimum requirements of the Specifications, Codes and Standards listed in 1.3, current applicable safety regulations, and the operating requirements of the structure. Design loads must meet minimum requirements of ASCE 7 and shall comply with OSHA 29 CFR 1910. B. Ladder Access Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 11 COMPOSITE ELEVATED WATER STORAGE TANK Page 11 of 26 1. Ladders shall be provided from the slab on grade inside the base of the support wall to the upper walkway platform located below the tank floor. The tank floor manhole shall be provided with ladder access from the upper platform. A ladder shall extend from the upper platform through the access tube interior to the roof. 2. A ladder mounted on the access tube exterior shall be provided for access to the tank interior, extending from the roof manhole to the tank floor. 3. Ladders that terminate at platforms or landings shall extend a minimum of 48 in. beyond the platform elevations. Grab bars will be needed per OSHA 1910.23 on the tank roof at the roof hatches. 4. The post shall extend 42-inches above the top of the ladder and be constructed of hot dip galvanized steel. Mounting hardware shall be galvanized. 5. Ladders located in the concrete support structure and access tube interior shall be galvanized steel. Tank interior ladders shall be stainless steel. 6. Ladder side rails shall be a minimum 3/8-in. by 2 in. with a 16 in. clear spacing. Rungs shall be minimum 3/4-in. diameter, spaced at 12 in. centers and plug welded into holes drilled in the side rails. 7. Tank interior ladders shall be provided with 1-in. diameter rungs and 1/2 in. x 2-in. side rails and shall be fully seal welded. Rungs shall be skid resistant. 8. All ladder widths shall be a minimum of 16-inches. 9. Ladder shall be secured to the adjacent structure by brackets located at intervals not exceeding 10 ft. Brackets shall be of sufficient length to provide a minimum distance of 7 in. from the center of rung to the nearest permanent object behind the ladder. Ladder brackets located on the access tube exterior shall be reinforced at the access tube shell so that potential ice damage is confined to the ladder and bracket and not the access tube shell. Ladder side rails must be continuous without breaks in them. 15 inches of clearance from the center of the ladder to each side is required in accordance with OSHA 1910.23. C. Safe Climbing Device 1. Safe climbing system shall be Honeywell Miller DuraSeal Self -Retracting Lifeline as approved by the City. 2. A caution sign shall be provided at the lowest point of access to the ladder requiring safe climbing devices. The sign shall read "CAUTION -Safety Equipment Required when Climbing Ladder". The sign shall be secured to the wall. D. Intermediate Platforms 1. Provide an intermediate offset platform on the support wall ladder at a maximum of 30 feet from the tank floor and at light locations. 2. Provide receptacle outlets at light locations on separate circuit than light fixture. 3. Platforms shall be a minimum 3 ft. x 5 ft. and provided with handrails, midrails and toe plates in accordance with OSHA requirements. Grating shall be used for the walking surfaces. All components shall be galvanized steel, aluminum, or stainless steel. E. Upper Platform 1. A 4 ft. wide upper walkway platform shall be located at the top of the support wall to provide access from the support wall ladder to the roof access ladder located on the interior of the access tube and to the inlet, outlet, and overflow piping as shown in the plans. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 12 COMPOSITE ELEVATED WATER STORAGE TANK Page 12 of 26 2. Platforms shall be provided with handrails, midrails and toe plates in accordance with AWWA D107. 3. Grating shall be used for the walking surface. 4. All components shall be galvanized steel. 5. A fixed lanyard shall be provided at platforms to provide fall prevention. F. Support Wall Doors 1. Personnel door and associated finish hardware shall be in accordance with Sections 08 11 19 and 08 71 10. 2. Door locks shall incorporate a security system to assure that keys used during construction will not open doors after occupancy. All locks shall be keyed in accordance with the City's requirements. 3. Quantity and location of personnel door(s) shall be as shown on the drawings. 4. Overhead door shall be in accordance with Section 08 33 23. Install exterior safety posts to protect the door opening. 5. Size, quantity and location of vehicle door(s) shall be as shown on the drawings. G. Tank Openings 1. General a. All openings shall provide a minimum of 30 inches clearance from the center of the ladder rungs to the back of the opening, on the climbing side of the ladder, as required by OSHA 1910.23. b. Any distance less than 30 inches shall include a deflector plate as required by OSHA 1910.23. c. The clearance shall not be less than 24 inches. 2. Floor a. Provide a watertight, 30-in. diameter manhole through the tank floor. b. The manhole shall open into the tank and be operable from a ladder located on the upper platform and shall be designed to withstand the pressure of the tank contents without leakage. c. The manhole assembly shall include a stainless steel handwheel operator and threaded components. 3. Roof a. Provide two 36-in. wide square access hatches on the roof of the tank. 1) One hatch shall allow egress from the access tube to the roof. 2) The second hatch, located adjacent to the first, shall allow access to the interior of the tank via the ladder mounted on the exterior of the access tube. The openings shall have a minimum 4-in. curb. 3) The third hatch shall allow access to the tank interior rigging rails. Guardrails shall be supplied in accordance with OSHA 1910.28. b. Provide aluminum covers with a 2 in. down turned edge, stainless steel hardware, hold open arm, and a locking mechanism. Material shall be minimum 3/16-inches thick ASTM A36, or approved equal. Minimum opening shall be 30 inches square. c. Hatch to be Bilco E-4AL, or approved equal. H. Access Tube 1. Provide a minimum 60-in. diameter centrally located access tube through the steel tank to provide access to the tank roof from the upper walkway platform. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 13 COMPOSITE ELEVATED WATER STORAGE TANK Page 13 of 26 2. The access tube shall incorporate a 2 in. by 2 in channel to collect condensation that may form on the interior surface. A flexible 3/4 in. PVC hose complete with backflow preventer shall drain the channel to the overflow pipe. 1. Roof Railing/ Antenna Support 1. A 42-in. high roof guardrail shall be provided to enclose all centrally located roof accessories. 2. Guardrail shall be a minimum of 24 ft. in diameter. 3. The guardrail shall be designed for additional loads associated with the attachment of eight future antennas. No antennas have been identified for placement at this time. 4. Provide a 4-in. toeboard and coat guardrail per the tank exterior system. J. Communication and Antenna Cable Provisions 1. Provide the following for future communication and antenna cable routing. This work includes the following: a. Three bundles of six - 4" Schedule 40 PVC conduits complete with long radius (min 10") 90-degree bend and end caps as shown on the drawings. Size and location of the wall opening shall allow the conduit to terminate as close to the support wall as possible. This grouping of conduits shall serve as the pedestal entry location suitable for a single provider and is typical of four locations. b. Provide an interior rigging rail suitable for rolling trolleys at the top of the support wall accessible from the upper platform. c. Provide industry standard 35" long pre -punched "Z" bracket at 5 ft vertical spacing directly above the conduit entry locations at the base of the support wall to a point 100 ft above grade. Provide similar brackets in vertical position at 5 ft centers around the perimeter of the support wall. K. Antenna Conduit Slot and Feed Thru Plate 1. Provide antenna conduit slots and feed thru plates for future wireless security communication conduit as shown in the plans. The number and orientation of the conduit feed-thru plates shall be coordinated with the City. Contractor shall submit structural shop drawings for both appurtenances. L. Rigging Access 1. Provide a 30-in diameter. opening at the top of the support wall. This opening shall be accessible from a platform and shall provide access to the exterior rigging rail located at the tank/support wall intersection. The access opening shall be provided with a hinged stainless steel cover or a removable vent in accordance in accordance with Section 2.3.Q.2. 2. A minimum 36-in. diameter opening shall be provided on the tank roof to provide access to the tank interior rigging rails. This access opening may be combined with a pressure/vacuum relief mechanism. M. Painters Rail 1. Provide permanently installed painter rails suitable for rolling trolleys at the interior of the tank at the wall/roof and access tube/roof connections. 2. Provide an exterior painters rail at the base of the tank adjacent to the support structure. N. Piping Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 14 COMPOSITE ELEVATED WATER STORAGE TANK Page 14 of 26 1. Inlet/Outlet Pipe a. Provide an inlet/outlet pipe that extends from the base of the support structure to the tank floor elevation. Provide a minimum of 6-in. high removable silt stop where the inlet and outlet pipes enter the tank. The bottom capacity level of the tank's operating range shall be at or above the elevation of the top of the silt stop. b. Pipe and fitting material within the support structure shall be Schedule 10S Type 304L stainless steel as shown on the drawings and designed in accordance with AWWA D107. Pipe material below the grade slab shall be flanged cement - mortar lined ductile iron suitably restrained to prevent movement. c. The inlet and outlet pipes shall be designed to support all related static and dynamic loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 feet and designed in accordance with AWWA D107. d. The inlet and outlet pipes shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipes. The required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipes. 2. Overflow Pipe a. The top of the overflow shall be located within the tank at the overflow elevation. It shall run vertically beside the central access tube and extend through the tank floor, at which point it shall turn 90° and run under the tank floor to the support wall. This horizontal run shall be sloped to drain. The pipe shall then turn 90° and run vertically beside the support wall to grade. A base elbow shall direct the overflow through the support wall, where the pipe shall be terminated with a flap valve and a concrete splash pad. The flap valve shall open under an unseating head of 0.5-ft min. to 5 ft maximum. b. Pipe material within the support structure shall be Schedule 10S Type 304L stainless steel as shown on the drawings and designed in accordance with AWWA D107. If the top of overflow is located above top capacity level, the tank shall be designed for the additional capacity provided by the difference. c. The entrance to the overflow pipe shall be designed for the maximum inlet flow rate specified in 2.2.C. The design shall be based on the water level cresting within 8 in. above the overflow elevation. A conical or rectangular weir shall be provided if the entrance capacity of the overflow pipe diameter is not adequate. A vortex prevention device shall be used. d. The overflow shall be designed to support all related static, dynamic, and thermal loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 ft designed in accordance with AWWA D107. The overflow and weir section within the tank shall be supported by the central access tube. e. The overflow pipe shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipe. A layout with sufficient upper offset to accommodate differential movement is acceptable. If this method is not applicable, the required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipe. 3. Inlet / Outlet and Overflow Piping Connection Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 15 COMPOSITE ELEVATED WATER STORAGE TANK Page 15 of 26 a. Provide an 8 in. lateral pipe with gate valve with hand wheel that connects the inlet and overflow near grade to provide a means of draining the tank. 4. Stainless Steel Pipe — Other Requirements a. Pipe, fittings and flange thickness shall be in accordance with the manufacturers certified pressure rating for the applicable service pressures. The design pressure rating shall be 150 psi minimum except for overflow piping. b. Pipe and fittings shall be Type 304L stainless steel fabricated from material meeting the requirements of ASTM A-240. Fabrication, inspection, testing, marking, and certification of pipe and fittings shall be in accordance with ASTM A-778 and A-774 respectively. Backing flanges shall be in accordance with ASTM A285-C drilled to ANSI B16.5 Class 150. Pipe, fittings and welds shall be cleaned and passivated. c. Dielectric flanged fittings (isolation kits) shall be provided between any connections of stainless steel and steel or ductile iron. See Section 33 04 10. d. Final stainless steel piping shall be free of rust. Any rust must be removed by the Contractor. O. Floor Drain 1. Floor drains shall be installed on the ground floor as shown in the plans. Floor Drains shall drain to gravel pit minimum of 20 feet from base of tank. P. Tank Drain 1. A tank drain shall be provided to completely drain the tank contents if the inlet/outlet pipe does not intersect the low point of the tank. A four -inch drain pipe located at the low point of the tank bowl floor shall be fitted with a threaded plug with a stainless -steel or bronze ball valve with a tee handle. Flexible stainless -steel piping with a 90-degree sweep shall connect and drain to the overflow pipe. Q. Ventilation 1. Tank Ventilation a. The tank vent shall be located on the tank roof near the top of support structure. b. Tank vent shall be sized to accommodate the fill and drain rates indicated in this Specification. The vent provided shall have a minimum net free vent area of 500 in.2 c. Vents shall consist of stainless steel or aluminum components, including a support frame, screened area and cap. The support shall be fastened to a flanged opening in the tank roof. The vent cap shall be provided with sufficient overhang to prevent the entrance of wind driven debris and precipitation. A minimum of 4 in. shall be provided between the roof surface and the vent cap. d. Each tank vent shall have an intake and relief capacity sized to prevent excessive pressure differential during the maximum flow rate of water, either entering or leaving the tank. The overflow pipe will not be considered as a vent. The maximum flow rate of water entering the tank is specified in 2.2.C. The maximum flow rate of water exiting the tank shall be calculated assuming a break in the inlet/outlet at grade when the tank is full. The vent shall be provided with an insect screen meeting TCEQ requirements. Vent capacity shall be determined based on open area provided by the screen. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 16 COMPOSITE ELEVATED WATER STORAGE TANK Page 16 of 26 e. In addition to venting, a pressure/vacuum relief mechanism shall be provided that will operate in the event of vent failure. The mechanism shall be designed to return automatically to its original position after operation. The pressure/vacuum relief mechanism shall be located on the tank roof above the maximum weir crest elevation, and it may be incorporated in the vent assembly. 2. Support Structure Ventilation a. Ventilation within the support structure shall comply with the governing building code requirements, based on occupancy classification. As a minimum, one louvered vent shall be provided at the top of the support wall. This vent shall be accessible from the upper platform and may also be designed to provide access to the exterior rigging rails located at the tank/support wall intersection. Vents shall be accessible from the interior ladders, platforms or floors provided. Vents shall be stainless steel or aluminum and provided with a removable insect screen. R. Interior Floors 1. Slab on Grade a. Provide a minimum 6 in. thick, 3500 psi concrete floor slab in the base of the support structure in accordance with ACI 318. The slab should be designed for a minimum live load of 100 psf. The slab shall be supported on select fill or constructed as a structural slab and shall have minimum #4 reinforcing steel at 12 in. centers each way. If supported on granular fill, a minimum 6-inch thick layer of granular material shall be provided on top of the proposed subgrade prior to tank floor construction, to a tolerance of +0, -1/2 inch of the bottom of the floor and footing elevation. Compact all fill materials to 95% standard Proctor density. The granular material shall extend 1-foot beyond the footing. The granular material shall be a well graded crushed rock with 100% passing 1" and not more than 8% passing No. 200 U.S. sieve. Provide 1/2 in. expansion joint between floor slab and support wall and at pipes and supports that extend through the floor. Place cap strip and sealant over the expansion joint. Provide 1 3/4 in. deep sawed contraction joints at 12' maximum centers. The slab shall be sloped at 0.5% toward the overhead door and/or floor drain for drainage. Floor shall contain a troweled finish. S. Level Monitoring 1. Provide three (3) 3/4 in. couplings welded to the inlet pipe 5 ft. above grade. Each coupling shall be provided with a stainless steel nipple and an isolation gate valve. 2. Pressure Gauge a. Provide two (2) pressure gauges in accordance with ASME B40.1 Grade 2A. The dial shall be 4 1/2 in. diameter with black markings on white background. Pressure range is 0-100 psi and 0-230 feet of water, calibrated at intervals of two feet, or less. b. Install gauges on each side of inlet control valve, four feet above the finished floor. 3. Radar Level Sensor a. Provide one (1) radar level sensor mounted to 6" flange on tank roof. See Section 26 09 10. b. Radar level sensor shall be Endress+Hauser Micropilot FMR20 series. T. Lightning Protection 1. Refer to Division 26 for general lightning protection. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 17 COMPOSITE ELEVATED WATER STORAGE TANK Page 17 of 26 2. Lightning protection for obstruction lights shall consist of an air terminal mounted on the support and formed to fit around the fixture. The 1/2 inch diameter copper air terminal shall extend a minimum of 10 inches above the light fixture and shall connect to a copper conductor that terminates in a bonding plate secured to the tank roof. U. Nameplate 1. Provide a bronze tank nameplate with raised lettering on the exterior of the pedestal near the personnel door. The lettering width shall be a minimum of in. The Contractor shall submit a layout of the nameplate for approval. The following information shall be displayed on the nameplate: a. City of Fort Worth, Texas b. 1.0 Million Gallon Elevated Tank c. Year d. Tank Dimensions Including. e. Tank Diameter & Head Range f. Height to Overflow/Elevation Pedestal Diameter M.S.L. g. Tank Contractor's Name h. Consultant's Name V. Antenna Provisions 1. Provide antenna cable hangers at 10 ft. intervals adjacent to the access ladder. Cable hanger consists of a'/4 in. x 4 in. x 12-in. plate secured horizontally with a 1- in. spacer. 2. Provide 4 pc. 4 in. diameter couplings with brass plug through the tank roof plate covering the access tube. Couplings shall be seal welded and located such that threaded conduit or weather heads for antenna cable may be attached. 3. Provide a minimum often (10) pick -hole penetrations near the top of the pedestal for antenna conduit spaced evenly around pedestal. W. Obstruction Lighting 1. Obstruction lighting shall be provided in accordance with FAA standards. The obstruction light shall be centrally located on the roof of the tank above all permanent installations. Obstruction Lights shall be steady burning, dual fixture type with a lamp -out relay switch. The fixture shall be weather sealed, corrosion resistant with aluminum base and housing. Red (L-810) globes with 116-watt clear traffic signal lamps rated at 8000 hour life shall be provided. A pilot light located near the electrical panel shall be provided to indicate when the primary bulb has failed. X. Hoist Assembly 1. A Hoist Assembly shall be provided with a pulley system and rope which can be used to hoist materials from the tank floor to the upper walkway platform. The hoist assembly shall be rated for a minimum load of 500 pounds, or directed by the City. Y. Electrical and Lighting 1. Electrical and Lighting shall be provided in accordance with Division 26 and the drawings. At a minimum, provide heavy-duty, corrosion -resistant, three -wire duplex receptacle outlets adjacent to the power distribution manel, at the upper platform, in the top of the access tube, and other locations indicated on the drawings. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 18 COMPOSITE ELEVATED WATER STORAGE TANK Page 18 of 26 2. All work shall be performed and all materials shall be provided in accordance with national Electric Code and governing electrical, safety and inspection codes, regulations and ordinances. Z. Pedestal Interior Finishes, Mechanical, and Plumbing 1. Interior finishes, mechanical, and plumbing for the tank pedestal shall be provided in accordance with Section 09 91 00. AA. Steel Tank Painting 1. The paint system schedules of Section 09 97 14 Steel Water Storage Tank Coating shall apply to all exposed interior and exterior surfaces of the steel tank including steel accessories and appurtenances. Galvanized, stainless steel and concrete surfaces are not coated. Colors and location of the logo shall be selected by the Owner. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Review mill test certifications of all steel plate, structural components and reinforcement to ensure compliance with specification requirements. 2. Provide inspection of shop fabricated components in accordance with AWWA D107. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Foundation Excavation a. The foundation bearing surface and excavation shall be inspected by a representative of the geotechnical engineer prior to foundation construction. Verification of the applicable design and construction recommendations are required. The geotechnical engineer shall be retained by the Contractor and approved by the City. After verification of the foundation bearing surface, provide a 2-inch thick concrete working slab within the lower excavation limits. Grade the site to prevent runoff from entering the excavation. 2. Environmental Conditions a. Prior to performing any work, verify the expected temperature, humidity and weather conditions are within the specified limitations for executing the work. 3. Elevated Tank Components a. After completion of each major component and prior to proceeding with the next stage of construction, verify that tolerance inspections and material quality control tests conform to the requirements of Article 3.7. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Reinforced Concrete Construction 1. Reinforcement Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 19 COMPOSITE ELEVATED WATER STORAGE TANK Page 19 of 26 a. Fabrication, placement, development and splicing of reinforcement shall be in accordance with ACI 318 and ACI 117. 2. Formwork a. Formwork design, installation and removal shall comply with the minimum requirements of ACI 318 and ACI 117 and with the applicable requirements of ACI 347. b. Forming systems shall be designed with the provision of ties and bracing such that concrete components conform to the correct dimensions, shape, alignment and elevation without leakage of mortar. Formwork systems shall be designed to safely support all loading conditions. Embedded items shall be properly positioned and secured. Form surfaces shall be cleaned of foreign materials and coated with a release agent prior to placing reinforcement. 3. Concrete a. Concrete proportioning, production, placement, quality control and curing procedures shall comply with AWWA D107. Concrete shall satisfy the specific structural, durability and architectural requirements of the completed components. b. Proportioning 1) The proportions of materials for concrete shall be established to provide adequate workability and proper consistency to permit concrete to be worked readily into the forms and around reinforcement without excessive segregation or bleeding. Unless otherwise specified, concrete without high range water reducer shall be proportioned to produce concrete slumps at the point of placement between 2 and 4 in. If high -range water reducer is used, concrete slump prior to addition shall be 3 to 4 in. The slump, after addition of high range water reducer, shall be a maximum of 7 in. Air shall be entrained to provide concrete with 3.5% to 6.5% air content. c. Production 1) Concrete that arrives at the project with slump below that suitable for placing, may have water added within the limits of the maximum permissible water -cement ratio. Maximum slump shall not be exceeded. The water shall be incorporated by additional mixing equal to at least half of the total mixing time required. For concrete with site -administered high range water reducer, the preplasticized minimum slump requirement shall be attained as permissible by addition of water and mixing prior to the addition of the water reducer. d. Placement 1) Prior to concrete placement, all snow, ice, water or other foreign material shall be removed from the spaces that the concrete will occupy. Concrete shall be deposited in its final position in accordance with ACI 318. Drop chutes shall be used in walls and columns to prevent free -fall of the concrete and to allow the concrete to be placed through the cage of reinforcing steel without form splatter. These shall be moved at short intervals to prevent stacking of concrete. e. All concrete shall be consolidated by vibration so that the concrete is thoroughly worked into the corners of forms and around the reinforcement and embedded items to eliminate all air or stone pockets which may cause honeycombing, pitting, or planes of weakness. Internal vibrators shall be the largest practical size that can be used in the work and they shall be operated by competent workmen. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 20 COMPOSITE ELEVATED WATER STORAGE TANK Page 20 of 26 4. Weather a. Concrete shall not be placed during precipitation or extreme temperatures unless protection is provided. b. During cold weather the recommendations of ACI 306 shall be followed. c. During hot weather the recommendations of ACI 305 shall be followed. B. Foundation 1. Excavation a. Depth of excavation shall be based on the foundation type recommended by the Geotechnical Engineer. Grade the site to prevent runoff from entering the excavation. b. Bearing surface must be unfrozen, and free of standing water and deleterious material. 2. Concrete Construction a. For shallow foundations, reinforcement placed adjacent to a concrete working slab shall have a 2 in. minimum cover, and shall be supported by precast concrete block, metal or plastic bar supports. b. Formwork shall be in accordance with AWWA D 107. The sides of foundations shall be formed using any suitable system conforming to ACI 318. Earth cuts shall not be used as forms for vertical surfaces. Top forms shall be provided on top sloping surfaces steeper than 2.5 horizontal to 1 vertical. Straight form panels may be used to form circular foundation shapes. The minimum design radius shall be maintained at all sections. 3. Finish a. Formed surfaces shall have a smooth form finish when exposed and a rough form finish when not exposed. Defects and the holes shall be patched. b. Unformed surfaces shall have a troweled finish when exposed and floated finish when not exposed. 4. Backfill a. Backfill foundation in lifts not to exceed 6 in. in depth to the grade established on the plans. Within the concrete support wall, compact each lift to 98% standard proctor density per ASTM D698. Outside of the concrete support wall, compact each lift to 95% of standard Proctor density. Place compacted backfill evenly all around the tank. Compaction by ponding or jetting is not acceptable. b. Excavated material meeting site grading specifications may be used to complete site grading. Remove and dispose of all undesirable or excess materials. C. Concrete Support Structure 1. Architectural Concrete Construction a. The exposed exterior surface of the concrete support wall is designated architectural concrete. The concrete and formwork requirements of this section shall be strictly enforced to ensure concrete of the highest practicable structural and architectural standards. Concrete proportioning, placing, and finishing shall be in accordance with the ACI 301, except as modified by this Section. Formwork design, installation and removal shall comply with the minimum requirements of ACI 318, ACI 117 and the applicable requirements of ACI 347, except as modified by this Section. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 21 COMPOSITE ELEVATED WATER STORAGE TANK Page 21 of 26 b. Attention shall be given to ensure the same concrete design mix is used throughout the support wall. The proportion, type and source of cement and aggregates shall not be changed. Uniform moisture content and placing consistency shall be maintained. c. Place all wall concrete vertically and directly inside the reinforcement cage with drop chutes to prevent form splatter and surface finish variation. Placement methods that introduce concrete horizontally through wall reinforcement are prohibited. Vertical pour rate shall be a minimum of 15 feet per hour. d. Support wall reinforcement shall be installed with plastic supports. Maximum spacing of supports for welded wire fabric shall be 5 ft. centers, horizontal and vertically. e. Forming systems shall be curved and consist of prefabricated form segments. Design system with the provision of ties, supports, and bracing such that concrete components conform to the correct dimensions, shape, alignment and elevation. Formwork must be designed for full -height plastic concrete head lateral pressure, construction loads, and wind loads in accordance with AWWA D 107. Embedded items shall be properly positioned and secured. Form surfaces shall be thoroughly cleaned of concrete residue and coated with a release agent prior to placing reinforcement. Do not allow excessive release agent to accumulate on the form. Steel forms shall be coated with a non- staining, rust -preventative form oil or otherwise protected. Rust -stained steel formwork shall not be used. f. The forming system for the pedestal wall shall be fully engineered and detailed with procedures to meet the increased demands of architectural concrete. The support wall shall be constructed with a jump form process using form segments prefabricated to match the wall curvature. Form panels shall extend the full height of the concrete pour using only vertical panel joints. Form system shall be designed to lap and be secured to the previous wall pour. The space between the form and the previous pour shall be sealed to prevent grout leakage. Wall forms shall incorporate a positive means of adjustment to maintain dimensional tolerances specified. Wall forms shall be adjusted for vertical plumb and circularity and locked into position with through wall form ties prior to concrete placement. Working platforms that allow safe access for inspection and concrete placement shall be provided. Form facing material shall be metal, or plywood faced with plastic or fiberglass. g. The form system shall incorporate a uniform pattern of vertical and horizontal rustications to provide architectural relief to the exterior wall surface. Rustication strips shall be sealed to the form face to eliminate the grout leakage that results in broken corners, color variations and rock pockets. Broken edges and chamfers will not be accepted. All construction joints and panel joints shall be located in rustications. Vertical panel joints shall be sealed using closures, which combine with the form pattern to prevent grout leakage and panel joint lines. All joints shall be grout tight. The vertical and horizontal rustications shall be proportioned and combined to impart a symmetrical architectural pattern to the completed structure. Form ties shall be located in a uniform pattern. No architectural form treatment is required on the interior surface. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 22 COMPOSITE ELEVATED WATER STORAGE TANK Page 22 of 26 h. Support wall concreting shall incorporate segmented placement procedures. Temporary vertical bulkheads shall divide the wall pour into segments corresponding to a single batch (truckload) of concrete. The bulkheads shall be located at rustications, braced rigid and tight to maintain vertical alignment under concrete load without grout leakage. Wall segment concrete shall be placed continuously to full form height from a single load. Placement from multiple batches is not permitted. Temporary bulkheads shall not be removed until adjacent concrete is placed. Support wall concreting operations shall occur a maximum of once per day. Multiple form movements and concrete placements within a day are not permitted. i. Wall forms shall not be disturbed or removed until the concrete has attained sufficient strength to prevent forming operations or environmental loads from causing surface damage or excessive stress. Form removal shall be based on early age concrete strength testing. The minimum concrete strength shall be established by the Contractor, based on an analysis of stress at critical stages throughout the forming and concrete operations. Early age concrete testing shall be in accordance with ACI 228.1R-89. Pull Out testing in accordance with ASTM C 900-99, Maturity Method testing in accordance with ASTM C 1074- 93, or field cured cylinders compressive strength tested in accordance with ASTM C 172 are the acceptable methods to determine early concrete strength. j. The formwork system for the domed structural floor shall be designed to support all construction loads. Unsymmetrical placement of concrete shall be considered in the design. Adequate shoring and bracing shall be provided to transfer loads without appreciable movements. Form surfaces shall be steel, plastic or fiberglass coated material. Shoring and forms for the structural dome slab shall remain in place until the concrete has gained sufficient strength to carry the floor weight without damaging deflections. A camber should be provided to meet tolerances, if needed. k. Concrete surfaces shall be protected in accordance with the recommendations of ACI 306 until the component attains 70% of the specified compressive strength. At this time, protection may be removed subject to the allowable temperature differential. A reasonable temperature differential shall be defined, based on component thickness and restraint conditions. 2. Finish a. Provide a smooth form finish without rub for the interior and exterior support wall. Tie holes shall be plugged using grout on the interior and manufactured plugs on the exterior which match the color of the cured concrete as closely as possible. Provide a light sandblast to the exposed exterior concrete support wall surface. b. Provide a smooth form finish without rub for the interior dome slab. The unformed surface shall have a floated finish. c. No tie holes, defects voids larger than 3/8-in. diameter or fins shall be visible on the interior or exterior of the concrete support structure, as viewed from grade. All concrete surfaces shall be cleaned as required to remove surface contamination. 3. Dimensional Tolerances a. Support structure concrete construction shall conform to AWWA D 107, and the following: b. Variation in thickness: wall -3.0% to +5.0% Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 23 COMPOSITE ELEVATED WATER STORAGE TANK Page 23 of 26 dome -6.0% to +10% slab -3.0% to +5.0% c. Support wall variation from plumb: in any 5 feet of height 3/8 inch in any 50 feet of height 1 inch maximum in total height 2 inches d. Support wall diameter variation0.4% not to exceed 3 inches e. Dome floor radius variation 1.0% f. Level alignment variation: from specified elevation 1 inch from horizontal plane 1/2 inch Offset between adjacent pieces of formwork: exterior exposed surfaces 1/8 inch interior exposed surfaces 1/4 inch 4. Mock Up Panel a. A mock up panel shall be constructed using the proposed form work, concrete and placement methods. Minimum size will be 4 ft. wide by 7 ft. high. This panel shall be agreed upon by the City and Contractor as the reference standard with which to judge surface quality, appearance and uniformity of texture and color. b. Review and acceptance of formed concrete surface must be made immediately upon form removal. Succeeding pours shall not be place until the most recent wall pour has been stripped and the form surface approved. The Contractor shall be responsible to inform the City as to the pour schedule. City shall not delay the Contractor by lack of attendance. c. Concrete with surface defects exceeding limitations specified herein or not meeting the standard represented by the mock-up panel shall be repaired to meet that standard, or removed and replaced at the expense of the Contractor. g. D. Steel Tank 1. Welding a. Welding procedures and general welding requirements shall be per AWWA D107 in accordance with written weld procedure specifications (WPS) complying with ASME Section IX or AWS B2.1. b. No structural welding is permitted to any steel embedded in hardened concrete, unless the weld is at least 2 ft. from the embedment interface. c. Grinding of weld contour shall approximate Condition "D" of NACE Standard RPO178. 2. Fabrication a. Layout, cutting, forming, edge preparation and workmanship for steel tank components and fabrications shall be in accordance with AWWA D 107. 3. Tank Erection a. Steel tank erection procedures and general requirements shall be in accordance with AWWA D107. 4. Tolerances a. Steel tank tolerances shall be in accordance with the requirements of AWWA D107. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 24 COMPOSITE ELEVATED WATER STORAGE TANK Page 24 of 26 b. Steel cone shall be constructed to the following tolerance. The deviation from the theoretical conical surface shall not exceed 0.032JRT, when measured in the radial direction over length 4JRT, where R is the radius normal to the plate surface at the point of consideration, and T is the plate thickness. 5. Grouting a. The interface between the steel tank floor plate and the supporting structural concrete slab shall be constructed with a minimum 1 in. void. Subsequent to testing, the void shall be filled with a flowable grout mix. 6. Hydrostatic Testing a. Provide lead testing and settlement monitoring in accordance with AWWA D107. E. Steel Tank Painting 1. Surface Preparation a. The surface preparation and paint application requirements of Section 09 97 14 shall apply to all exposed interior and exterior surfaces of the steel tank including steel accessories and appurtenances. Galvanized surfaces are not included. b. Shop cleaning and priming of steel is acceptable per the conditions of Section 09 97 14. 3.5 [REPAIR] / [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Concrete Testing and Inspection a. The evaluation and acceptance of concrete shall be in accordance with AWWA D107, except as modified in this section. b. Tests for slump and air content shall be made for each truck to check for conformance with Section 2.2. Measurements shall be taken prior to the addition of site administered high range water reducer and prior to depositing the concrete. c. No concrete shall be placed if slump and air content have not been measured or do not meet the requirements. d. Samples for strength tests shall be taken for each individual concrete placement. Provide at least one sample for each 100 cubic yards of concrete in accordance with ASTM C31 and AWWA D107 requirements. Four cylinders shall be made from each sample required. A 7-day compressive strength test shall be used to supplement two 28 day tests. e. Slump, air and compressive cylinder testing shall be performed by an independent laboratory approved by the City and retained by the Contractor. f. The support wall radius, plumb and thickness shall be verified for each concrete lift at 45 degree intervals. An inspection report certified by the tank designer shall be provided at project completion. 2. Steel Tank Testing & Inspection Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 25 COMPOSITE ELEVATED WATER STORAGE TANK Page 25 of 26 a. Inspection procedures for the steel tank shall be as required by AWWA D107. Radiographic inspection of full penetration butt -welded joints shall be made by an independent inspection company approved by the Owner and retained by the Contractor. b. Erection tolerance of the steel cone in the radial direction shall be measured as required by AWWA D107. Provide field measurements at 30 degree intervals. c. Weld joints of plate over the structural concrete floor shall be tested for leaks by vacuum box / soap solution testing, or equivalent method prior to grouting. d. Provide shop and field weld procedures for all structural joints on the steel tank and the name of the certified welding inspector (CWI) that will perform spot inspections of the shop and field welding process. 3. Tank Painting Inspection and Testing a. Adequate illumination shall be provided while work is in progress, including explosion proof lights and electrical equipment. Temporary ladders and scaffolding shall conform to applicable safety requirements. They shall be erected to facilitate inspection and moved by the Contractor as required. b. Inspection and testing shall generally be in accordance with AWWA D102. The Contractor shall provide inspection devices in good working condition for measurement of dry film thickness of coatings. Contractor shall also furnish U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates to test the accuracy of dry film thickness measurement device. c. A nondestructive holiday detector shall be used for inspecting the interior coating below the overflow level. All holidays shall be marked, repaired in accordance with the manufacturer's printed recommendations and retested. No holidays or other irregularities shall be permitted in the final coating. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Site 1. The project site shall be kept in a clean and safe condition at all times. The Contractor shall remove all construction equipment and debris at project completion. B. Tank Disinfection 1. The proposed chlorination method (method 2) shall be communicated to the owner's representative prior to disinfection. 2. The Owner shall be notified a minimum of three weeks in advance of proposed date of commencing tank disinfection. Water and sufficient pressure for flushing, cleaning, initial testing and disinfection shall be supplied by the Owner at no cost to the Contractor. However, Contractor shall be aware that after tank disinfection, the water used for disinfection may not be able to be placed into the water system and may need to be de -chlorinated and discharged from the tank. Any costs associating with de -chlorinated and discharged from the tank will be the sole responsibility of the Contractor. Northside IV Elevated Storage Tank City Project No. 104291 33 16 19 - 26 COMPOSITE ELEVATED WATER STORAGE TANK Page 26 of 26 3. Disinfection shall be performed after interior coatings have been applied and allowed to thoroughly cure. All solvent vapors shall be completely removed by suction -type exhaust fans and blowers. The complete interior shall be washed down and flushed out. 4. Following disinfection, the tank shall be filled and sampled by the Contractor for bacteriological testing, prior to being put into service. The testing shall be as described in AWWA Specification C652, latest edition, Section 4.4 — Bacteriological Sampling and Testing. Results of the test shall be reviewed by the City. Final decision of the suitability of the disinfection procedure shall rest with the City. Should repeat of the disinfection procedure be required, additional cost of disinfection, testing and water to fill the tank shall be borne by the Contractor at no additional cost to the Owner. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Northside IV Elevated Storage Tank City Project No. 104291 SECTION 40 61 00 INSTRUMENTATION GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE A. This section specifies the requirements for the Northside IV 1 MG Elevated Storage Tank for the City of Fort Worth. The requirements outlined in this section address general hardware, software, and services necessary to provide the control functions specified. More detailed requirements of specific functions and components are presented in other Division 26, 40 sections. B. Provide enclosure with equipment as indicated on the drawings. The equipment shall include Modicon M580 PLC, I/O modules, licensed 900 MHz radio, antenna, and coaxial cable and associated 24 vdc power supplies. All other equipment and devices shall be furnished as indicated on the drawings. The HSQ interface module will be furnished by the City and mounted by the contractor. C. The City will program the HSQ HMI (Human Machine Interface) top end at the City's Holly Water Treatment Plant SCADA Building to poll the M580 PLC at the elevated tank for data. Program M580 to provide I/O point data to the HSQ SCADA system. Program code shall be in function block, no other format is acceptable. Coordinate tag names and register addressing with the City's SCADA personnel. D. All activities for SCADA work must be coordinated though water production Division staff in advance. Contact Tim Allen, Fort Worth Water Production (817) 925-7236. 1.02 DEFINITIONS A. The definitions of terminology used in the Division 40 specifications or in any Section referencing Division 40, shall be as defined in ISA Standard S51.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, ANSI/IEEE Standard 100, ANSI/ISA S50.1 or other ISA standards shall apply. 1. Signal Circuit: Any circuit operating at less than 80 volts AC or DC. 2. Control Circuit: Any circuit operating at 24 volts AC or DC or more, whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit: Any circuit operating at 12 volts (AC or DC) or more, whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two -Wire Transmitter: A transmitter which derives its operating power supply from the signal transmission circuit and therefore requires no separate power supply connections. As used in this specification, two -wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24 volt direct current driving potential and a maximum external circuit resistance of 600 ohms. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-1 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 5. Electrical Isolation: Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case, the process fluid, and any separate power supply terminals, but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 40, or whenever used in specifications for electrical control and instrumentation equipment in any other Divisions of these contract documents. Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous; and 1500 volts AC for one minute, in accordance with ANSI/IEEE C39.5- 1974. 6. Panel: An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel" in these contract documents shall be interpreted as a general term which includes flat panels, enclosures, cabinets and consoles. 7. Data Sheets: Data sheets as used in this specification shall comply with the requirements of ISA S20. 8. Field: When used to refer to locations at the treatment facility or in the transmission system, shall mean all outdoor locations, as well as all process and equipment areas. Unless otherwise specified, all areas shall be considered "field" locations except for: administration and other office areas; control rooms; motor control centers and other electrical equipment rooms; dedicated HVAC rooms; and maintenance buildings. 9. Control Room: An environmentally controlled room intended for housing digital control equipment, computers, large control panels, etc., and generally intended to be regularly occupied by operators. 10. Division 40 Work: Whenever the terms "Division 40 work", "specified under Division 40" or "provided under Division 40" are used, they shall be interpreted as referring to all materials, labor, products, services, systems, etc., specified in Sections 40, inclusive, unless equipment shown or specified is clearly labeled as being provided under other parts of the contract. 11. UPS: Uninterruptible Power Supply. 12. HMI: Human -Machine -Interface. The control system hardware and software associated with providing the flat panels based interface between system users and the control system. 13. PLC: Programmable Logic Controller. Field installed unit which monitors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location. 14. SCADA: Supervisory Control and Data Acquisition. 15. RTU: Remote Terminal Unit. Field installed unit which monitors and controls devices, located away from the plant at remote locations. The RTUs contain all logic necessary to monitor and control the system process located at the remote location. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-2 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 1.03 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are a part of Division 40 as specified and modified. In case of conflict between the requirements of this section and those of the listed standards, the requirements of this section shall prevail. Standard ANSI/NEMA ICS 6 API RP550 Title Enclosures for Industrial Control and Systems Manual on Installation of Refinery Instruments and Control Systems Part I — Process Instrumentation and Control ISA S5.4 Instrument Loop Diagrams ISA S20 Specification Forms for Process Measurement and Control Instrumentation, Primary Elements, and Control Valves ISA S50.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments ISA S51.1 Process Instrumentation Terminology 1.04 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Corrective Maintenance 1. The Contractor shall provide the services of factory -trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for two years after final acceptance or until expiration of the manufacturer's warranty, whichever period is longer. 2. The Contractor shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the Owner of defective Control System operation, the Contractor shall have a qualified service representative establish telephone contact with the Owner's maintenance personnel to discuss short-term corrective measures. If it is not possible to correct the defective operation as a result of the telephone contact, the Contractor shall have a qualified service representative at the location of the installed Control System within 24 hours from initial notification. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the Owner's facilities. Prior to beginning any repair or replacement procedure, the Contractor shall review the corrective action plan with the Owner in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-3 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS Owner's facilities. At Owner's option, Owner maintenance personnel may participate in any corrective maintenance procedures. 3. If possible, the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the system. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the Owner on the day the work is performed. Any spares from the onsite supply of spares used by the Contractor in correcting the system malfunction shall be replaced within 15 days. 4. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the Contractor, the Owner shall have the right to obtain corrective maintenance from other sources and charge the Contractor reasonable costs of the alternative maintenance services, including parts, labor, travel, and subsistence. 5. The Owner, at the Owner's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the Owner will return the defective component to a repair location as instructed by the Contractor. The Contractor shall repair or replace the defective component and return the properly working unit to the Owner within 15 days. 1.05 PROCESS CONTROL SYSTME SUPPLIER (PCSS) CONTRACTOR'S QUALIFICATIONS A. The Process Control System Supplier (PCSS) shall be a "Systems Integrator" regularly engaged in the design, installation and maintenance of instrumentation and control systems specifically for the Water and Wastewater industry. Subject organizations shall meet or exceed all of the following requirements: 1. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers and software proposed for this project. • Certified Schneider Electric M340 System Programmer 2. Has performed work of similar or greater complexity on at least five (5) projects within the last ten (10) years and has implemented and completed at least one of these three projects with the proposed HMI and PLC software platform. 3. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past ten (10) continuous years. 4. Have and maintain a permanent, fully staffed and equipped service facility with full- time employees capable of designing, fabricating, installing, calibrating, programming and testing of the actual products and systems anticipated to be utilized for this project. 5. Have and maintain a stand alone "Service Department/Division" with a proven history of actively pursuing and executing on -going maintenance service contracts including emergency services 24/7. Organizations which do not have a history of providing and successfully maintaining on -going support services shall not be NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-4 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS considered for pre -bid approval. The following Instrumentation/Controls Contractors, listed in no particular order, have been pre -approved for this work: 1. Prime Controls, LP, Lewisville, Texas 2. RLC CONTROLS, INC, McKinney, Texas 3. Signature Automation, LLC, Dallas Texas 4. Gupta & Associated, Inc, Dallas, Texas B. Only pre -approved suppliers shall be utilized for this project. 1.06 COORDINATION MEETINGS A. The CONTRACTOR shall hold a project coordination meeting within thirty (30) days of the notice to proceed. The purpose of this meeting is to gain a full understanding of the project. The CONTRACTOR shall submit itemized list of information required to create a draft submittal of the project. This list shall be submitted a minimum of seven (7) days before the field trip below. B. The CONTRACTOR shall conduct a minimum two (2) days field trip. The purpose of the site visit is to collect required data for the draft submittal. The following data will be provided to the CONTRACTOR if available: 1. Existing PLC logic and related data. 2. Current HMI Screens and related data. 3. Items from the submitted itemized list from above. C. The CONTRACTOR shall conduct formal meeting before existing facility is upgraded. The meeting shall include a full review of the design submittals and coordination with the Owner. 1.07 SUBMITTALS A. General 1. Submittals shall be made in accordance with the requirements of this section, the requirements of Section 01 33 00, and the requirements of individual Division 26, 40 Sections. The Contractor shall submit to the Owner technical data and drawings for all equipment, materials, software, assemblies, and installations prior to fabrication and installation. All submittals shall be made in accordance with the submittal procedures and requirements in Section 01 33 00 - Project Submittals and Review. The Contractor shall be responsible for the accuracy and completeness of all submittals, including information and drawings provided by other suppliers or subcontractors providing equipment, materials, software or services to the Contractor. 2. In all instances in which submittals are required by the Specifications, the Contractor shall not proceed with the associated work until the submittal has been Successfully Reviewed. 3. Each submittal shall be complete, with all required information provided together at one time, and submitted in a sequence that allows the Owner to have all of the NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-5 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS information necessary for checking and approving a particular document at the time of the submittal. The specified timing requirements for each submittal are minimum requirements. The Contractor Supplier shall be responsible for planning and making all submittals as necessary to avoid delays or conflicts in the work. 4. See Section 01 33 00 for requirements on quantities of documents to be submitted for review. Once documents have been successfully reviewed, the Contractor shall issue them in the quantities shown in the table labeled "Documentation Requirements". B. Submittal Categories: Project submittals are divided into the following general categories: 1. Design Submittals 2. System Documentation Submittals 3. Testing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Division 40. Additional submittal requirements may be found in specific sections of Division 40. C. Design Submittals 1. Software Submittal 1. The software submittal shall be submitted in a draft form within thirty (30) days of the completion of the Initial project coordination meeting. This submittal should include the following as a minimum: i. Database list examples. ii. New Graphics screen examples iii. A Master Schedule for the existing facility to include: iv. Display list. v. Database of new tags. 2. This submittal shall cover the entire associated program (function block diagrams, script language etc.) developed under this Contract required to implement the control functions specified. 3. The annotated program shall be submitted in 8-1/2, inch x 11 inch format and as electronic format on USB drive for all logic developed. In addition, each network or rung shall be annotated so that a non -technical person can read and easily comprehend what control function the rung or network is performing. 4. This submittal shall also include copies of the PLC I/O configuration tables, I/O reference usage table. In addition, any special switch settings or hardware configuration requirements such as communications port configurations shall be described in detail and submitted. 5. This submittal shall cover the specific plant control schemes as well as the detail of the plant reports and process graphic displays. 6. The submittal shall contain all logs, reports, and process graphic displays. The specifics of what shall appear on each display and what calculations are required to support them shall be developed and submitted. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-6 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 7. Submitted process graphic displays shall be no less than 8-1/2 inches by 11 inches and in full color. 8. Each system point shall have the capability of being stored historically of an indefinite period of time. Each system point shall be capable of being changed. Each system point's raw value (not averaged valve) shall be available of trending. The raw value must be stored historically for reporting with or without scaled value. 9. A complete listing of all signals to be collected for long term historical information shall be provided. This listing shall include frequency of data sampling and duration for which the data shall be immediately accessible. 10. The CONTRACTOR shall hold workshop to solicit Engineer/Owner's input prior to submitting database, trends graphics, reports, and control strategies. No display generation, programming, etc. shall begin until standards have been agreed upon. 2. Hardware Submittal 1. Product information shall include, but not be limited to: catalog cuts, data sheets, performance surveys, test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. 2. Prior to commencement of manufacture (or shipment for stock items), the Contractor shall submit for review product information for all equipment and material specified in Division 40, or required to support equipment, or systems specified in Division 40. Specific requirements for the form and content of product information submittals are included in the individual section that defines the equipment requirements. 3. Connection Diagrams 1. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all internal wiring of the panel; this shall include AC and DC power wiring and multi -conductor cables from PLC card to rewired termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 2. The Contractor shall submit connection diagrams for all new panels, cabinets and consoles. Connection diagrams shall be Successfully Reviewed prior to the start of panel assembly. 4. Panel Fabrication and Layout Drawings 1. Panel fabrication drawings are scaled drawings that shall show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-7 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS drawings show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure. These drawings show the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Other information provided may include ventilation requirements, locations of connections, weight, and paint color, material and dry film thickness. 2. As a minimum, panel fabrication and layout drawings shall include a bill of materials; front, back, and section views; the locations of all components to be mounted in or on the panel, cabinet, console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. 3. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The Owner shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. No additional compensation will be provided to the Contractor for changes that result. The Contractor shall include in his bid price one redesign of the panel layout to incorporate the Owner's modifications to the locations of specified components in or on each panel, cabinet, console, or enclosure. 5. Interface Cables: The Contractor shall submit for review interface cable pin- out/cable makeup diagrams. This includes all network cables, cellular to PLC/RTU cables, computer to PLC cables and printer cables. Submittal shall include copies of the actual hardware documentation. All cables shall either be standard cables from the manufacturer or custom-made, without the use of gender changers, 9-25 pin converters, null modem adapters, etc. 6. Interconnection Diagrams: Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 7. Installation Drawings: Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors, wire and other incidental installation materials shall be included. D. System Documentation Submittals 1. Operation and Maintenance (O&M) Manuals: The Contractor shall supply O&M manuals for all the equipment and software provided. The O&M manuals shall be developed for personnel at the level of electronic technician. The O&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An O&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. O&M NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-8 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the manufacturer's original format. Manuals shall be provided in electronic searchable format and electronic bookmarks with each section clearly identify. The O&M manuals shall contain the following information: 2. Instruction Manual 1. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. 2. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: (i) Introduction: The purpose of the manual, special tools and equipment, and safety precautions. (ii) General Information and Specifications: A general description of the equipment item, and specifications of its major components. (iii) Listings: Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of subcontractor, or installer, recommended maintenance contractor, local source for replacement parts. (iv) Theory of Operation: The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. (v) Software: Listing and explanatory text for any software or firmware. (vi) Operation Procedures: The locations and functional descriptions of all controller indicators, or computer monitor displays. (vii) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions: These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions 1. These instructions shall include guides for locating malfunctions down to the card -replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. 2. The corrective maintenance instructions shall include: (i) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-9 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt -down torques shall be supplied. Information on the loading and use of special off-line diagnostic programs, tools, and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included. (ii) A list of test equipment and special tools required. (iii) A list of all abbreviations and circuit symbols used. (iv) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. (v) A parts catalog enumerating every part to the lowest of card replaceable components. The description shall include component symbol, description, ratings, accuracy, manufacturer's name and address, manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. (vi) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the specific part or model number, description, manufacturer's name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5. Drawings 1. O&M Manual drawings (with the exception of those provided by third -party manufacturers) shall not be larger than 11-inches by 17-inches and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third -party O&M Manual materials. One reproducible of the O&M Manual drawing original must be supplied for each O&M Manual drawing larger than 11 inches by 17 inches, and must satisfy all drawing requirements specified herein. Those preprinted O&M Manual drawings which are not acceptable, or which must be modified or corrected to show the actual as -built design, shall be redrawn as new specially -prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. 2. The Contractor shall furnish drawings in paper and latest AutoCAD and PDF electronic format in a digital media such as USB drive. Provide electronic files for all drawings produced. Drawings shall be in AutoCAD ".dwg" format and in Adobe Acrobat format. Drawings shall be provided using the AutoCAD eTransmit feature to bind external references, pen/line styles, and fonts into individual zip files along with the drawing file. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-10 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 3. Each O&M Manual shall be bound in 8 1/2" x 11 inch 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3" binder size. O&M Manuals shall be submitted in electronic searchable format. 4. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "City of Fort Worth", "Northside IV 1 MG Elevated Storage Tank". 5. The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. 6. Each volume shall have a Table of Contents, with each product or system description identified. E. Software Manuals: The Contractor shall supply Original OEM O&M Manuals in lieu of developing specific O&M Manuals. Only that equipment which lacks proper O&M Manuals would the Contractor be responsible for supplementing the product literature. F. Record Documents 1. After successful Site Demonstration Test, the Contractor shall submit for review the Record Documents (as -built) for all equipment and software installed by the Contractor. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. The Contractor shall furnish complete as -built sets of: 1. Source tapes, disk pack(s) or other storage media for all custom programs 2. Loadable and executable object disk pack(s) of the software systems 3. All previously delivered documents, with as -built updates 4. OEM standard documentation. 3. These media shall include the operating systems, all programs necessary for the operation as well as maintenance of the System, and all programs supplied by the CPU/Microprocessor manufacturers, such as assembler, loaders, editors, compilers and diagnostics. 4. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the Owner to reconfigure or make additions or deletions to the System without assistance from the Contractor. G. Testing Documentation Submittals 1. Reference Section 40 61 00 Part 3.02 System Test Requirements. PART 2 PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-11 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system. 7. General layout of instrument cabinets. 8. Instrument installation details. B. The following information is not shown on drawings but shall be the responsibility of the Contractor to determine, furnish and coordinate with other divisions, based upon systems specified. Show this information on project record drawings. 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this contract. 3. Detailed enclosure and instrument panel layouts, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.02 OPERATING CONDITIONS A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of five watts operated at 24 inches from instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50°C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply: Power supply will be 120 volts AC, single-phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as indicated on the drawings. 2.03 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/ receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link which melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-12 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 2.04 SPARE PARTS A. During the system warranty period, the Contractor is expected to make system repairs by initially replacing the defective component with one from the spares inventory. The Contractor shall then replace the spare component. 2.05 SPECIAL TOOLS A. Contractor shall supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. 2.06 TEST EQUIPMENT A. The Contractor shall provide a complete list of all tools, test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.07 MATERIALS AND EQUIPMENT A. Materials: Material shall be new, free from defects, and of the quality specified. All instruments with the same specification shall be from the same manufacturer. 1. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field -mounted equipment with plasite 7122, or approved equal, to protect against corrosion. Alignment and adjustments shall be non -critical, stable with temperature changes or aging and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. Do not use silver edge connectors or pins. 2. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion -proof housings or equipment and barriers approved as "intrinsically safe" by either UL or FM. Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices, subsystems, and systems supplied. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-13 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 2.08 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate with all the sub -systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments, and sub -systems are in compliance with the specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing and start-up of all the instruments shall be done by the manufacturer's field technician/engineer in the presence of the Owner. The Contractor shall provide a list of all manufacturers whose technician will perform this work. The Contractor shall also provide a certified calibration report stating that each instrument has been installed per manufacturer's recommendations and per these specifications. PART 3 EXECUTION 3.01 OVERVIEW A. This contract is an equipment supply and installation contract. The Contractor is responsibility to provide a completely operational system. B. The Contractor is responsible for the following areas: 1. Acquisition and installation of all the hardware, software and instrumentation as defined in this specification and drawings. 2. Perform the Factory Demonstration Test as defined paragraph 3.02, B. 3. Provide the Top End Equipment Requirements as specified in section 40 62 14. 4. Install new Radio Telemetry System equipment and incorporated new RTU into the existing Radio Telemetry network. The switchover shall be performed in a manner to minimize disruption of the existing control system. The Contractor shall coordinate all activities with the Owner. 5. Provide start-up installation services for the newly installed and existing RTUs. 6. Startup of the HMI package at the Owner's SCADA Control Room. 7. Program the new RTUs. 8. Provide training on the operator screens. 9. Provide SCADA generated reports to operation. 3.02 SYSTEM TEST REQUIREMENTS A. General Requirements: 1. The Control System shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification. The Contractor, as a normal course of system development, shall conduct all element, subsystem, and system tests necessary to ensure the proper operation of the control system at various stages of system development. This type of testing will normally be not witnessed; however, the Owner and Engineer reserve the right to witness these tests if concerns arise about the progress of system implementation. B. Factory Acceptance Test (FAT) NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-14 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 1. This test is performed once all panels and software are complete. Panels are checked for conformance to the drawings and operationally tested as much as possible. The entire system is wired together and tested simulating inputs and observing outputs. 2. The system is functionally tested against the design documents with a written test plan that is pre -approved and filled out in detail by the person performing the testing. This test is usually at the Contractor/Integrator's facility and should be witnessed by one Owner representative and one Engineer representative. 3. Exercise each discrete input. Each state shall be verified at an Operator Workstation. 4. Exercise each analog input. Each input shall be verified at 0, 25, 50, 75 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the Operator Workstation. 5. If Operator Workstation is not provided as part of this project. Provide temporary Operator Workstation that mimics the functionality of the existing Operator Workstation for the FAT. 6. Provide 14 business days advance notice of the FAT. If the FAT is not conducted within 50 miles of the project location. Provide all travel arrangements, airfare, lodging, automobiles and subsistence for the attendees. 7. Examples of test sections are as follows: 1. Panel wiring 2. Panel power on operational test 3. I/O check from panels through the software 4. Testing of manual operations 5. Testing of functional modules of programming (control narrative) 6. History and reports verification 7. Security 8. Power loss and restoration C. INSTALLATION AND STARTUP 1. Field Testing: Field testing and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site. Following is a description of the individual steps that are involved with field testing and cut -over. 1. Top -End Equipment checkout. (i) Once the top -end equipment is installed and operational at the Control Room, checkout of the network will begin. (ii) Demonstrate the capability of each piece of equipment to communicate with each other. (iii) Demonstrate the ability of the equipment to operate in the manner defined for each across the network, i.e. Operator Workstations providing HMI screens accessing data from the HMI servers. 2. RTU Checkout (i) Once the RTU network is operational to each RTU location, field installation and checkout of the RTUs will begin. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-15 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS (ii) The field devices will be exercised by the Contractor to demonstrate the field wiring has been terminated properly. (iii) The next step of RTU checkout shall be an end -to -end (Operator Workstation to field termination) checks of every physical I/O point connected to the RTU. (iv) Next, any control software associated with the RTU shall be activated and tested one -function at a time by the Contractor and witness by the Engineer. When problems are found, the software configuration shall be "debugged" and the problem fixed by the Contractor. When a problem is found, the appropriate tests shall be repeated after the problem is corrected by the Contractor to verify proper operation. Once the control software in the RTU has been tested and debugged, that RTU shall remain online on the new control system. (v) The new RTU in the system shall be installed and tested using the procedure described above. A specific installation and start up plan shall be developed by the Contractor prior to Factory Demonstration Test. The Owner/Engineer will provide assistance as necessary in developing the start-up plan. (vi) During the start-up phase, the Contractor shall provide a minimum of 2 people on site full-time. Owner will provide one person full-time in the control room (dedicated to testing activities), and one person in the field to support installation and testing activities. Engineer will provide testing support and inspection as required. D. Site I/O Point Checkout 1. A complete I/O point checkout shall be performed after all equipment is shipped and installed in the field. The tests shall be performed to verify that the equipment has been installed correctly. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. The Owner and the Engineer will witness these tests. 3. The I/O point checkout shall demonstrate the proper operations of all the field points affected by the installation of the equipment provided by this contract. 4. The Contractor shall provide an I/O list for each RTU provided, and a test plan that indicates how the verification will occur. 5. The I/O Point Checkout shall include, but not limited to, the following: 1. Exercise each discrete input. Each state shall be verified at an Operator Workstation. 2. Exercise each analog input. Each input shall be verified at 0, 25, 50, 75 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the Operator Workstation. 3. If Operator Workstation is not provided as part of this project or is not available for testing. Provide temporary Operator Workstation that mimics the functionality of the existing Operator Workstation for the Site I/O test and Site Acceptance Test (SAT). 4. Exercise each discrete output. Each state shall be initiated from the Operator Workstation. If necessary, the associated equipment shall be placed into a NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-16 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS "safe" state such that the activation of the output will not damage the equipment or cause a safety hazard. 5. Exercise each analog output. Each output shall be verified at 0, 25, 50, 75 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be initiated and verified at the Operator Workstation. 6. Unless constrained by the operation of the plant, or due to safety reasons, all testing should include the actual equipment, and not use simulates signals. E. Site Acceptance Test (SAT) 1. Once the system is on site a test must be run to prove the system tested with the FAT operates correctly with the actual equipment in the field. This is a rewrite of the FAT and is generally a smaller document. This is a system level test and typically does not include any module level testing. Most sections are a repeat of the FAT using the actual equipment instead of simulating inputs and outputs. 2. Examples of test sections are as follows: 1. Input/output check from the field device (can be replaced by Loop Check Forms) 2. Testing of modes of operation 3. Testing of functional units of programming (control narrative) 4. Power loss and restoration 5. Communication loss and restoration 3.03 TRAINING A. A comprehensive training program shall be provided by the Contractor covering the operation, troubleshooting, and maintenance of all equipment and systems detailed in this Project specifications. B. Training sessions shall be tailored to the specific needs of the class participants. Curricula shall address the training needs of several distinct groups of Owner personnel specifically: operations, and instrumentation/administration staff members. C. Provide instruction and demonstration of the care, operation, and maintenance of equipment, products and systems to Owner's personnel. Instruction is to include a combination of classroom and hands-on training complete with handbooks that are comparable to the information to be included in the required Operation and Maintenance Manuals. Training shall be as specified in this section and the respective sections of the specifications. D. All training sessions shall be scheduled Monday — Thursday between 7:30 A.M. and 4:30 P.M. Training will be scheduled on Friday by exception only. Each training session shall be a minimum duration of two hours and a maximum duration of eight hours. E. The scope of the training program is to be in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating, troubleshooting, and maintaining the equipment, products, software, and systems installed under this contract. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-17 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS F. Class sizes shall range in size between 5 for Instrumentation/Administration sessions, and 10 for general overview sessions. All training shall be held in Owner SCADA Control Room, or location designated by the Owner. G. Provide Operations Training to include but not limited to: 1. Orientation to provide an overview of system/subsystem configuration and operation. 2. Terminology, nomenclature, and display symbols. 3. Operations theory. 4. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions. 5. Operating modes, practices and procedures under normal, diminished, and emergency conditions. 6. Start-up 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. 9. Content and use of Operation and Maintenance manual and related reference materials including manufacturer's websites. H. Provide Instrumentation/Administrator training to include but not limited to: advanced troubleshooting, corrective and preventative maintenance of the equipment, products or systems. Training sessions shall be presented that will enable OWNER's technicians to perform basic development and maintenance of all aspect for the system installed. These sessions shall address not only the procedures associated with the control system's standard software packages, but in addition, shall include material explaining the specific conventions used by the supplier in developing the system applications. In addition, the sessions shall provide instruction in the use of techniques for developing and maintaining current, comprehensive documentation for all installed system applications. 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation. 2. Operations and maintenance theories. 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions. 4. Operating modes, practices and procedures under normal, diminished, and emergency conditions. 5. Start-up and shutdown procedures. 6. Safety Precautions. 7. Use of standard and special tools and test equipment. 8. Adjustment, calibration, and use of related test equipment. 9. Detailed corrective and preventive maintenance activities. 10. Troubleshooting, diagnostics, and testing. 11. Equipment assembly and disassembly. 12. Repair and parts replacement. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-18 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 13. Parts ordering practices and storage. 14. Failure and recovery procedures. 15. Cabling and/or interface connectors. 16. Content and use of Operation and Maintenance manuals and related reference materials including manufacturer's websites. 17. Procedures for warranty repairs. 18. Lubrication. 19. Procedures, practices, documentation, and materials required to commence system maintenance. 20. Use of laptop and/or PC and software packages to troubleshoot and maintain equipment and systems. This shall include a basic understanding of system software and applications. I. Training sessions shall be provided in the following general categories: 1. HMI Training: Training sessions shall be presented that will enable the Owner's staff to operate, troubleshoot and maintain these systems. In addition, training sessions shall be presented that will enable Owner's technicians to develop and/or modify software applications and maintain all aspects of the system applications. 2. PLC training: Training sessions shall be presented that will enable Owner's technicians to develop and/or modify applications, perform troubleshooting and maintenance of all PLCs. The sessions shall include not only the theory of operation of the PLC hardware but also the theory of operation of the system as a whole including related software. In addition, training sessions shall be presented that will enable Owner's technicians to develop and/or modify software applications and maintain all aspects of the system applications. 3. Network Management training: Training sessions shall be presented that will enable Owner's technicians to configure and troubleshoot network bridge/router software, network management software, and management information. The session shall also provide instruction in the use of network troubleshooting and diagnostic tools, the use of the LAN Analyzer, and the use of all applicable software diagnostics. 4. Cellular communication equipment training: Training sessions shall be presented that will enable the Owner's technicians to operate, troubleshoot and maintain these systems. In addition, training sessions shall be presented that will enable Owner's technicians to develop and/or modify software applications, perform troubleshooting and repair of these systems. The session shall also provide instruction in the use of all applicable software diagnostics. 5. Instruments: Training sessions shall be presented that will enable the Owner's technicians to operate, troubleshoot and maintain these systems. In addition, training sessions shall be presented that will enable Owner's technicians to develop and/or modify applications, perform troubleshooting and repair of these systems. The session shall also provide instruction in the use of all applicable software diagnostics and calibration equipment. J. Submit a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each training session(s): 1. Number of hours for the session. Include suggestions for additional hours if needed to cover the required training. Break out hours as classroom and hands-on/field. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-19 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS 2. Course outline 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. 6. Type and number of tools or test equipment required for each training session. 7. Resume of proposed instructor(s). K. Provide and use professionally developed training aids and materials to complement the instruction and enhance learning 1. Provide training handbooks in the form proposed for use in both classroom and hands-on phases of training for each session. Training handbooks must be pre approved by the Owner. 2. Training handbooks shall serve as teaching aids during the presentation of the training sessions and shall additionally serve as reference material after the training has been completed. It shall not be acceptable for the Contractor to use system technical documentation solely as the training manuals since system documentation is generally not written in an instructional format. Portions of system documentation may be incorporated into training manuals provided the overall manual achieves an instructional format. 3. If the Contractor proposes to use standard training manuals, these manuals shall be revised to reflect the system characteristics specific to this project. 4. Instructional materials shall include references to the Operation and Maintenance Manuals and identify and explain the use of the manual. 5. Training aids such as films, slides, audio/visual tapes, charts, and other materials are to become the property of the Owner. L. Provide qualified instructors to conduct the training. 1. Instructors must have knowledge of the theory of operation and practical experience with equipment, product, software or system(s). 2. Instructors must have successfully conducted similar training courses. 3. A resume for the proposed instructor shall be provided in advance of the training sessions. Special emphasis shall be placed on the review of the qualifications of the proposed instructors. Training will not be scheduled until an instructor has been accepted as qualified by the Owner. M. Training may be video-taped by the Owner or its consultants for use in future training. Provide legal releases or pay additional fees required for video-taping training by the manufacturer. N. Schedule for training is to be coordinated with the Engineer and approved by Owner. 1. Schedule training and start-up operations for no more than one (1) piece of equipment or system at a time without prior approval. 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 three (3) weeks notice of scheduled training, and a minimum of three (3) weeks notice if training must be rescheduled. All scheduled training NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-20 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS must be approved by the Owner a minimum of two (2) weeks before it occurs. Under no circumstances will the Owner approve the training if acceptable Instructor(s), Preliminary O&M Manuals, Training Outlines, and associated Training Handbooks and Materials are not available to the Owner prior to the training session being approved. The Engineer and Owner will not grant substantial completion status to any new work unless acceptable Owner training for that work has been conducted. 4. Training may be limited to 16 hours per week. 5. Time required for training is to be considered in the development of the project schedule. 0. Schedule and coordinate training for equipment, products, 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. P. Conduct a training session for the equipment and products and systems specified in these contract documents. Training shall be adequate to meet the training objectives described above and as specifically described elsewhere in the contract documents. Q. Coordinate training requirements for Owner -furnished equipment as required for each equipment item. END OF SECTION NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 61 00-21 JULY 2024 INSTRUMENTATION GENERAL PROVISIONS SECTION 40 66 00 RADIO TELEMETRY SYSTEM PART 1 GENERAL 1.01 SCOPE A. Radio system shall be installed at the sites listed below and as shown on the drawings. The locations are provided for reference purposes only, and should be verified by the Contractor. Site Name Above Ground Level (AGL) ft. Latitude (N) Longitude (W) TRWD Tower Ref. sheet 38 Ref. sheet 38 Ref. sheet 38 Northside IV Tank Ref. sheet 38 Ref. sheet 38 Ref. sheet 38 Provide radio equipment at Northside IV Tank that is compatible with the existing radio equipment. Align the antenna at Northside IV Tank toward the TRWD Tower. At Northside IV Tank, the Contractor will be required to interface with existing instruments and monitoring equipment, and provide all necessary conduit, wiring, and interface devices required. Provide new redundant din rail mounted DC power supplies for radio located at Northside IV Tank. The Contractor shall coordinate this work with all of the contractors involved. The Contractor shall also update the Owner Federal Communications Commission (FCC) license based on the Northside IV Tank site addition as required by the FCC. 1.02 QUALITY ASSURANCE A. The system provided shall be the product of a single manufacturer to insure compatibility of all components and a single source of responsibility for the entire system. B. The installing Contractor shall obtain the services of a technical representative of the manufacturer of the system to inspect the installation and to make any adjustments prior to start-up. C. The manufacturer of the system shall have a minimum of ten (10) years experience in the design, manufacture and installation of this type of system. D. The Contractor shall guarantee the Radio Telemetry System to be free from defective material and workmanship for a period of two (2) years dating from the date of final acceptance of the system. The Contractor shall replace any defective materials or components during this period of time at no cost to the installing Contractor or the Owner. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 66 00-1 JULY 2024 RADIO TELEMETRY SYSTEM E. The Contractor shall completely test and inspect the entire system at the factory prior to shipment. The Contractor shall notify the Owner of the factory testing after the system has been assembled. 1.03 SUBMITTALS A. The Contractor shall provide six (6) complete sets of wiring diagrams, schematic diagrams, bills of materials, operating instructions and a detailed functional description of the entire system for submittal to the Engineer and Owner for approval prior to the manufacture of the system. B. Ten (10) complete sets of instruction manuals containing the above information including operational and maintenance data shall be provided to the Owner at the time the system is shipped to the field. The Contractor shall assume total systems responsibility for the equipment specified and shall coordinate the shipment, installation, commissioning and start up of this system as well as the training of operating personnel to assure a trouble -free start-up and installation of the total system. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.04 RADIO TRANSCEIVERS A. All the radio transceivers shall be interchangeable. The Contractor shall programmed transmit and receive frequencies based on the Owner FCC license. B. The radios shall operate in the following frequencies: 1. Transmit Frequency (TX) 928.51250 MHz 2. Receive Frequency (RX) 952.51250 MHz 1.05 SPARE PARTS A. Provide the following spare parts: 1. Two lightning surge arrestors. 2. One spare antenna matching the installed system 1.06 WARRANTY The Contractor shall provide an all-inclusive two (2) years warranty. 1.07 TRAINING The manufacturer shall provide operating training and maintenance training. PART 2 PRODUCTS 2.01 RADIO CHARACTERISTICS A. GE MDS Orbit Part number: MXNCL9CN4GYNNS1FISUNN (as manufacture part number change over time please verify part number with owner prior to purchase) NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 66 00-2 JULY 2024 RADIO TELEMETRY SYSTEM B. Communication Slot 1: Licensed Narrowband 896-960 MHz C. Communication Slot 2: Cellular 4GY: 4G LTE NAM / EMEA / LATAM — Dual SIM D. Platform: 2 Ethernet, 1 Serial E. Data Rate: Up to 240Kbps. F. Frequency of Operation: Licensed. 2.02 SOFTWARE: A. Furnish and install complete software for Windows -based P.C. with diagnostics and radio configuration to be installed on a computer specified by the Owner. B. Furnish complete instruction manuals, radios, and software. 2.03 ANTENNA A. The Contractor shall be responsible for the selection of the appropriate antennas and mounting poles to provide coverage of all the remote sites. B. General Antenna Requirements 1. Frequency: 868 — 960 MHz 2. Yagi, 6-Element 3. N Tye Female Connector 4. Gain greater than 12 db 5. Antenna material: Aluminum, Stainless Steel Mounting Hardware. 6. Wind survival: 125 mph. C. Acceptable manufacturers: 1. Cushcraft 2. Phoenix Contact 3. Manufacturers certified to operate with the radio manufacturer. 2.04 ENVIRONMENTAL A. Humidity: 95% humidity, non -condensing. B. Operating Temperature Range: -30°C to +60°C (-22°F to +140°F). 2.05 AGENCY APPROVALS A. Federal Communication Commission: Part 101 FCC approved. B. Factory Mutual and UL: Approved for Hazardous Locations. 2.06 MANUFACTURER Transceiver: The manufacturer of the radio shall have responsibility for compatibility of all components used in radio communication system. (One manufacturer shall be responsible for the entire radio communication.) NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 66 00-3 JULY 2024 RADIO TELEMETRY SYSTEM 2.07 ACCESSORIES A. Furnish and install the following at each antenna location: 1. Co -axial cables. a. Maximum dB loss: 2.5 dB / 100 ft @ 900 MHz. b. 1/2" Foam Dielectric. c. 50 ohm. d. Black polyethylene jacket. e. Acceptable products: (i) Antenna cables shall be 1/2" COAX TIMES LMR-600. (ii) Engineer approved equal. 2. Cable connector. a. Times Microwave Systems EZ-600-NMC-2 b. Type N. c. Non Solder -type. 3. Grounding kit. 4. Cable hangers for 3 feet on center. 5. Cable hanger mounting hardware. 6. Ceiling adapter. 7. Wall/Roof Feed through. 8. Equipment end connector. 9. Sway bar. 10. Lightning surge arresters. a. PolyPhaser POL-IS-50NX-C2 b. Frequency range: 800 to 960 MHz. c. Type: DC Blocked filter. d. Surge: 20kA. e. Insertion Loss: <_0.1 dB typical. f. Connectors: N Type. g. Weather -sealed stainless steel case and mounting hardware. h. Temperature Range: -40' to +80° C. i. Relative Humidity: up to 95%. j. Vibration: 1G @ 5 to 100 Hz. 11. Other accessories as required to ensure a fully functional and operational system. PART 3 INSTALLATION 3.01 GENERAL A. Install all transceivers in the location and manner shown on the drawings and with good workmanship. The manufacturer of the transceiver shall be responsible for the entire radio communication system. B. Remote Transceivers Antenna Installation: 1. Check for any interfering broadcast using the test up at the closest site to master station. 2. Record date, frequency, signal strength. 3. It may be necessary to adjust the antenna location a small distance to have maximum signal strength. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 66 00-4 JULY 2024 RADIO TELEMETRY SYSTEM 4. Record all changes made. 5. Repeat steps 1 through 4 at remote transceiver site proceeding from closest to the furthest site. 6. Adjustments may be required to channels and frequencies if interference occur at a remote location. 7. Record all changes and reason for each change. END OF SECTION NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 66 00-5 JULY 2024 RADIO TELEMETRY SYSTEM SECTION 40 67 00 INSTRUMENTATION AND CONTROLS - CONTROL PANELS PART 1 GENERAL 1.01 SCOPE A. The Contractor shall furnish, deliver, and install the control panels as shown on the drawings with power supplies, communications equipment, PLC Equipment, prewired termination blocks, incoming power surge suppression, and miscellaneous equipment to provide a fully functional system as shown on the drawings and specified herein. B. This section specifies connection wiring within panel and electrical accessories such as switches, pilot lights, relays, terminal blocks, and fuses, which are included in the panel. C. All work and products shall conform to the designs shown on the applicable Drawings, and shall comply with the provisions of this section. The control panel shall be factory wired. Panels and cabinet shall include all components indicated in the applicable Drawings, required to provide functions as specified in this section. Where specific requirements on the Drawings conflict with general design requirements in this section, the requirements shown on the Drawings shall prevail. 1.02 REQUIRED PANELS A. Panels shall conform to the layout shown on the Drawings, and be sized to accommodate the initial and future Input/Output (I/O) point counts listed shown on the Drawings. Enclosure sizing was based on typical industry -standard equipment. Contractor shall advise the Owner if a larger enclosure is required to meet these I/O counts using the actual equipment to be supplied by the Contractor. B. For each PLC CPU, provide a minimum of one spare wired I/O card of each type: analog input (Al), analog output (AO), digital input (DI), and digital output (DO) or twenty percent spare wired I/O for each I/O type whichever greater. C. For each PLC remote I/O rack, provide a minimum of one spare wired I/O card of each type: analog input (Al), analog output (AO), digital input (DI), and digital output (DO) or twenty percent spare wired I/O for each I/O type whichever greater. 1.03 QUALITY ASSURANCE A. All equipment and accessories provided shall be the product of a manufacturer regularly engaged in manufacturing of this equipment whose products have been in satisfactory service for not less than two (2) years. 1.04 PANEL COMPONENT LAYOUT A. The Contractor shall generally follow the arrangements of components shown on the Contract Drawings. However, the Contractor shall make adjustments as necessary to allow each component to be mounted as recommended by the manufacturer, to facilitate easy installation, removal and in -place maintenance of each component, and NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-1 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS to allow normal operation of the component by operating and maintenance personnel. Component arrangements shall allow space for routing of wiring without kinking or bending around sharp edges, and for free flow of air around and through equipment, which requires ventilation for cooling. 1.05 WARRANTY A. The manufacturer shall provide an all-inclusive two (2) years warranty. 1.06 TRAINING A. The manufacturer shall provide operating training and maintenance training. 1.07 SPARE PARTS AND TOOLS A. The manufacturer shall provide the specified spare parts and/or tools as detailed below: 1. One relays of each type. 2. One lights of each type. 3. One surge protectors of each type. 4. One power supplies of each type used. 5. Ten fuses of each type used. 6. One panel display of each type. 7. One panel heater of each type. 8. Five terminal blocks of each type used. 1.08 REFERENCE STANDARDS A. All materials and workmanship provisions of the following codes Standards NFPA ANSI/NEMA ICS 1 ANSI/NEMA ICS 2 ANSI/NEMA ICS 3 ANSI/NEMA ICS 4 ANSI/NEMA ICS 6 ANSI/NEMA 250 EIA RS-310-C ANSI-C-37.13 ANSI/IEEE shall conform to the latest published applicable and standards: Title National Electrical Code (NEC) General Standards for Industrial Controls and Systems Industrial Control Devices, Controllers, and Assemblies Industrial Systems Terminal Blocks for Industrial Control Equipment and Systems Enclosures for Industrial Controls and Systems Enclosures for Electrical Equipment (1000 Volts maximum) Racks, Panels, and Associated Equipment Low -Voltage AC Power Circuit Breaker (600 Volt Insulation Class) Electrical Isolation for Analog Signal Devices C39.5-1974 NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-2 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS 1.09 SUBMITTALS A. General: The Contractor shall provide submittals as defined herein and as required in Section 40 61 60. Submittals shall be required for all equipment supplied. For each panel, the Contractor shall submit a certified factory (shop) test report before panel is shipped. B. Elementary Control Diagrams: The Contractor shall provide elementary control diagrams, using the ladder diagram format incorporating line number, operation function statement, contact location line number with an underline for a normally closed contact and a description of operation of each device. Label each contact, coil, and indicator with its function, as well as its number. Show terminals for field wiring. Show field wiring as dashed lines. C. Panel Layout Diagram: Panel layout diagrams shall show the placement of components on the sub panel, side panel, panel outside doors, panel inside doors, and detail door cutout diagram. Each components show on the panel layout diagram shall have a unique item number corresponding to the Bill of Material (BOM) on the same drawing. At a minimum, the BOM shall include: item number, quantity, description, manufacture, and manufacture part number. The panel layout diagrams shall have sufficient information for a third party panel fabricator to fabricate the panel if needed. The panel layout diagram shall be to scale. D. Connection Diagrams: Connection diagrams shall show the placement, labeling and wiring of components within panels and cabinets. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Wires shall be shown as a continuous line between their termination points. The direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams shall not be accepted. All additions and deletions of devices and wires in existing enclosures shall be clearly shown. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. Wire pairs shall be shown. Spare wires and termination points shall be shown. E. Cables Pin -Out Diagram: Panel pin -out diagram shall contain pin -out of all cables including manufacture supplied cables needed for the panel construction, pin -out diagram shall include cables length, and connectors detail i.e. DB-9 Male, DB-25 Female, RJ-45. The cable pin -out diagrams shall have sufficient information for a third -party cable fabricator to fabricate the cables if needed. F. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. PART 2 PRODUCTS 2.01 CONTROL PANELS A. Physical and Miscellaneous Specifications NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-3 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS The enclosures shall: 1. Be NEMA 4X 316 stainless steel with lockable latching handle for all outdoor or underground panel. 2. Be NEMA 12 steel with lockable latching handle for all indoor panel. 3. Contain PLC/RTU equipment, surge arresters, circuit breakers, fuses, relays, transformers, terminal strips, nameplates, terminal labels, wire ducts, universal spiral wraps and any necessary parts for a complete systems as shown on the drawings and specified herein. 4. Be wall mount or free standing as shown on the drawings. 5. Allow expansion space to accommodate future system needs. 2.02 PANEL FABRICATION A. Materials: The enclosure shall be made with 12 gauge minimum steel. Each shall be provided with a full length interior panel with adjustable mounting on both vertical sides to rails located at the top, bottom, and middle of the enclosure. B. Acceptable manufacturers: 1. Hoffman Engineering Company (www.hoffmanonline.com) 2. Rittal (www.rittal.com) 3. Engineer approved equal. C. Dimensions: Panels shall be sized as shown on drawings. D. Coating 1. Sub -panel of all panels and cabinets shall be painted Fed. Std. color 27880, white. E. Face -Mounted Instrument Reinforcement: Face -mounted devices shall be mounted to panel doors using mounting methods recommended by the component manufacturer with mounting kit parts provided by the component manufacturer specifically for the component. If such a mounting method causes the door to deform or allows the component to sag so as not to be perpendicular to the door surface, then the Contractor shall design and install appropriate reinforcement to prevent these conditions. F. Miscellaneous 1. Face -mounted equipment shall be flush or semi -flush, with flat black escutcheons. Cutouts for future equipment and holes resulted from removal of existing devices shall be blanked off with suitable covers as required to retain the cabinet's NEMA rating. Component identification shall be hot ink stamped on the panel interior. 2. All miscellaneous hardware and fittings shall be stainless steel. Stainless steel shall meet or exceed the corrosive -resistant properties of 316 stainless steel. 3. For free standing enclosure, install large folding shelf on inside of door for test equipment or laptop. The large folding shelf material shall match the enclosure finish. The large folding shelf size shall be a minimum of 18.0" x 18.0". NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-4 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS 2.03 NAMEPLATES A. Machine engraved, three ply laminated phenolic nameplates shall be provided for all panels and cabinets as shown on the Contract Drawings. Nameplates shall be white with black lettering. Nameplates shall be attached to the panel with a minimum of two self -tapping 316 stainless steel sheet metal screws. The height of each character shall be a minimum of 3/16" except as noted. 2.04 WIRING AND ELECTRICAL DEVICES A. General: Provide the wiring and electrical devices specified below and install these and internal panel wiring as shown on the Contract Drawings. All spare PLC input/output points shall be wired to terminal blocks with interposing relays and surge protection. B. Power Distribution 1. Unless otherwise specified, power for instrumentation equipment shall be obtained from a 120 volt, 60 hertz distribution panel -board in the Lighting Panel. 2. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit breaker and power distribution circuit breakers as shown on the Contract Drawings. The main power disconnect breaker shall be a one pole breaker rated at the amperage shown on the Contract Drawings. Distribution circuit breakers shall be single pole rated at the amperage shown on the Contract Drawings. The circuit breaker shall be rated at 250VAC maximum with a short circuit rating of 10,000 amps for all breaker ratings. The circuit breakers shall be mounted on a standard DIN rail, and shall be Allen-Bradley Channel Mounting Type, or equal. 3. For each power distribution circuit breaker, a neutral return terminal block shall be installed at the bottom of the breaker rail. The neutral return terminal block shall be standard DIN rail mounted, and shall be rated to carry required amperes and accept up to two 12 AWG wires. This terminal block shall conform to the requirements specified herein. 4. Each cabinet shall be provided with din -rail mounted grounding type receptacle power outlets for 120 VAC power supply connections as shown. Each piece of equipment which is equipped with an ac power cord shall be plugged into a power outlet. For outdoor panels provided din -rail mounted receptacle with Ground Fault Interrupter (GFI). Phoenix Contact EM-DUO or approved equal. C. Panel Connection Wire and Cable 1. All cable furnished by the Contractor, including cable with any and all wires terminated at both ends within the same panel or enclosure and cable with any wires terminated at more than one panel or enclosure, shall conform to the requirements specified below. All instrumentation cable shall have tinned conductors. Tinning stripped conductors are not acceptable. a. Power and Control Cable - Power and control wiring shall be single conductor stranded copper NFPA 70 Type MTW. Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum. All other single conductor 120 VAC and 24 VDC power and common return wiring, common ground buses and all common logic bus circuits shall be 18 AWG minimum. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-5 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS Circuits protected by 15 Amp circuit breakers shall be 18 AWG minimum. All power wiring shall be rated for 600V and 80°C. General Cable, Part #C2104A. b. Single Conductor Wire - All single conductors used for logic, RTU input/output and discrete control circuit wiring shall be No. 18 AWG stranded conductor copper, Belden Type 9918 (0.080-inch O.D.), or General Cable, Part #C2103A or C2064A. c. Multi -conductor Foil -shield Cable (TP) - All multi -conductor cable used for logic, RTU input/output and discrete control circuit wiring shall be No. 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600 volts and 80°C. The cable shall have an overall aluminum/polyester foil shield with drain wire, Alpha XTRA-Guard 1, or equal. d. Analog Signal Cable - Wiring for 4-20 milliampere, 1-5 volt DC signals and other analog signals shall be No. 18 AWG stranded copper twisted pair shielded cable, 80°C rated, UL listed, 0.25 inches maximum outside diameter, with 100 percent coverage aluminum foil mylar-lines shield and No. 22 AWG (minimum) stranded tinned copper drain wire, Houston Wire and Cable, Belden, or equal. Multi -pair analog signal cable shall be individually shielded (with drain wire) No. 18 AWG stranded conductor copper with a 100 percent aluminum/polyester foil shield with drain wire and an outer PVC jacket. The cable is designated TSP on the Contract Drawings. The cable shall be rated for 600V, 80°C (NEC Article 300- 3). General Cable, Spec 2400. e. Multi -Individual Conductor (TP) Multi -individual conductor cables used for logic, RTU input/output and discrete control circuit wiring shall be number 16 AWG stranded copper conductors with polyvinyl/chloride jacket . The cable shall be rated for a minimum of 600V and 80°C. The cable shall be Belden, or General Cable, Spec 2350. 2. Wire Tagging, all panel connection wiring shall be tagged at terminations with machine printed slip on type tags. The Contractor shall show wire/cable tag designations on all wiring diagrams submitted to the Owner. There shall be a tag placed within two inches of any wiring termination. The tag shall be fixed to the wire to prevent the tag from sliding more than two inches from the terminal as the result of gravity and vibration. 3. Power and Control Circuits a. Control circuit, logic bus and power circuit wires shall be tagged as defined in this paragraph. b. Control Circuits: Each individual connection wire shall be tagged at both ends of the wire with a wire number. The tag shall be placed on the wire within two inches of the terminal to which the wire is terminated. The Contractor shall assign a unique number for each wire within a panel. c. Power Circuits: All 120 VAC power wires shall be tagged with the designation "120 VAC-" followed by the circuit breaker number shown on the Contract Drawings, then followed by a letter designating whether the wire carries the line (L), neutral (N) or power ground (PG). d. Positive 24 VDC power circuit and power bus wires shall be tagged with the designation "+24 VDC-" followed by the circuit breaker number shown on the Contract Drawings, and 24 VDC power returns shall be designated with "24 VDC COMMON". NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-6 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS 4. Wire Colors: Control, logic bus and power conductors in panels shall have the following insulation colors: Usage Color Line Power Black Neutral White Power Ground Green +24 VDC Orange 24 VDC Common Gray Control Red Status and Alarm Blue 5. Signal Circuits: Signal circuit multi -conductor cables shall be tagged at each end with the designation shown on the wiring diagram. Each signal conductor shall be tagged at each end with the designation of the terminal block to which it is connected. Individual conductors in each pair of twisted -pair cable shall have distinctly different colors, such as black and white, black and clear. Shield ground common wires connected between drain wire terminals shall be green and shall be tagged "SG". D. Terminal Blocks 1. Unless otherwise shown or specified, terminal blocks shall be captive screw with pressure plate, DIN EN 50035 rail 600-volt rating. Terminal blocks for Input/Output shall be prewired type. Terminal blocks shall be the type specified in the following table, or equal: NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-7 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS Description Type Application Terminal Block or equal Phoenix UT 4-MTD 120 VAC, Neutral Grounding Terminal Phoenix UT 4-MTD-PE Equipment Grounding Block End Clamps Phoenix E/NS 35 N Each Group of Blocks Terminal Marking Phoenix ZB 6 All terminal Blocks as required Terminal Strip Marker Phoenix KLM-A Each Group of Blocks Insertion Strip Phoenix FBS As Required 2. Provide Phoenix Contact UT 4-HESIL fused disconnects with light indicators for 24VDC and 120VAC circuits with fuses as shown on the drawings (www.phoenixcon.com). E. Terminal Tags, Covers and Markers: Each terminal strip shall have a unique identifying alphanumeric code designation at one end and a plastic marking strip running the entire length with a unique number for each terminal. The Contractor shall assign terminal strip numbers from the number "1" and continuing in ascending cardinal order. The terminal strip designation shall be the letters "TB" followed by the terminal strip number. The strip and terminal point designations shall be machine printed and 1/8 inch high. Terminal blocks carrying 120 VAC power circuits shall be provided with a transparent, hinged cover for personnel protection and accessibility. F. Wire Routing: Wires shall be routed in slotted plastic wire -ways with snap covers. Wires carrying 120 VAC shall be separated as much as possible from other wires and signal cables, and shall be routed only in ducts shown on the Contract Drawings to be for 120 VAC. If the power wiring has to cross the signal wiring, the crossing shall be as close to a right angle as possible. Ducts shown for 24 VDC shall be used for all other wires and cables. Routing of 120 VAC in combined ducts shall be minimized. Wires and cable shall be routed along the shortest route between termination points, excepting routes which would result in routing 120 VDC and other wires and cables in the same duct. For intrinsically safe signal wiring refer to ANSI/ISA RP12.6 "Installation of Intrinsically Safe Instrument Systems in Class I Hazardous Locations." Wires and cables shall have sufficient length to allow slack and to avoid any strain or tension in the wire or cable. Wires and cables shall be placed in the ducts in a straight, neat and organized fashion and shall not be kinked, tangled or twisted together. G. Wire Terminations 1. Single wire and cable conductors shall be terminated according to the requirements of the terminal device. 2. For captive screw pressure plate and screw terminals, appropriately sized lugs shall be used. Lugs shall be crimp on type that forms gas tight connections. All crimping shall be done using a calibrated crimping tool made specifically for the lug type and size being crimped. 3. On shielded cables, the drain wire shall be covered with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-8 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS H. Single Position Indicating Lights 1. Single position indicating lights shall be 24 VDC, NEMA 13, heavy-duty, oil -tight, LED type, push -to -test, nominal 1.5 inch diameter. The lens color shall be as designated on drawings. 2. Single position push button shall be, Westinghouse Type PB2, General Electric Type CR104P, or equal. I. Control relays shall have 120-volt coils, 11 pin tubular octal bases with indicating light, and contacts rated for 10 amps. Furnish 1 N.O. and 1 N.C. spare contacts in addition to those required by the control scheme. J. Timing relays shall have 120 volt coils, 11 pin base, selectable for on delay or off delay functions, and settable for time delays of 0.05 seconds to 999 minutes with 10 amp contact rating. Relays shall be Square D class 9050 type JCK70 or equal. K. Cabinet Lighting: Each panel shall be provided with an internal LED light. Lights shall operate from 120 VAC, and shall be wired to power through a door -mounted switch, which shall be activated by opening the cabinet door, to be located and wired as shown. Cabinet lights shall be Hoffman LEDA2M35, or equal. L. Power Line Surge Protectors: Each panel shall be provided with a 120 VAC, 20 Ampere service power line surge protector. The surge protectors shall be heavy duty, multi- stage, and high speed. Response time shall be 5 nanoseconds maximum, and shall allow 340 Volts maximum peak surges to pass through. Protector shall be wired to the cabinet ground bar via a dedicated #8 AWG solid copper wire. The power line surge protectors shall be EDCO Type HSP-121 (www.edcosurge.com), or equal. M. PLC I/O Wiring requirement: All PLC I/O logic circuit wiring inside the PLC panel shall conform to the requirements specified below: 1. Discrete Input Wiring Requirement: a. Each discrete input circuit shall have an interposing relay in line to prevent any over voltage surge coming across to the PLC I/O boards. Interposing relay shall be properly sized for each different input circuit. Provide a fuse per common group. b. Each spare discrete input shall be furnished with an interposing relay hardwired to the terminal as well. 2. Discrete Output Wiring Requirement: a. No matter what type of PLC/RTU discrete output will be used in the systems, "dry" contact or semiconductor/transistor type output, every discrete output shall have an interposing relay for an isolation of PLC I/O board from the field side. The interposing relay shall be rated 24 VDC coil and 2 amp contact for 120 VAC or 24 VDC. If transistor type of discrete output board is selected and used for DC circuit, a drop out voltage spike suppression protection circuit shall be paralleled in each coil circuit. Provide a fuse per common group. b. Each spare PLC/RTU output shall have an interposing relay hardwired to the terminal block. N. Analog Input and Output Wiring Requirement: NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-9 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS a. Each analog I/O shall have a voltage surge arrester in circuit to protect analog input from the any electronic surge damage. Phoenix Contact (www.phoenixcon.com) DIN mounted overvoltage arrester PLUGTRAB PT or TERMITRAB series shall be used in each analog circuit, including all spare I/O. Provide a fuse for each analog signal. b. Each analog input terminal shall be design where no rewiring is required to switch between loop -power and self -power instruments, terminal jumper(s) placement will determine the use of a loop -power or self -power devices. c. For local panel display interface, incoming 4-20ma interface, or outgoing 4- 20ma interface with external entities such as wholesale water supplier, or another City. The 4-20ma input of each panel display, outgoing 4-20ma, or incoming 4-20ma signal shall be driven by 4-20ma signal splitter or current to current isolator. Signal splitter or current to current isolator shall be Moore Industries ECT-DIN or equal. 0. Panel Ground 1. Each panel shall be provided with a 1 inch high x 0.25 inch thick solid copper grounding bus bar across the bottom of the panel. The grounding bar shall be mounted on insulated standoffs so that no electrical connection is made between the grounding bar and the cabinet through the mounting. The ground bar shall be drilled and tapped for a .25-20 screws at .5 inch intervals along its entire length. 2. An uninstalled solid copper #8 AWG ground wire shall be attached between the ground bar and the panel enclosure, and between the ground bar and the mounting panel. The ground connection to the enclosure and panel shall be made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt and mounting a .25-20 bolt to the panel to serve as a grounding stud. The grounding stud shall be attached with a nut and flat washers on both sides of the enclosure/panel, and with an inside tooth star lock washer next to the panel surface. The star lock washer shall be on the inside surface of the enclosure, and the front surface of the mounting panel. The grounding wire shall be secured to the stud with a nut and inside tooth star lock washer. These grounding points shall be located within 12 inches of the bottom of the grounding bar. P. Condensation Heater: Provide thermostatically operated condensation space heaters, which are sealed and safe to touch. Q. Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, Panduit type E or NE, as required. R. Condensation and Pressure Compensation Devices: All indoor and outdoor enclosure install Hoffman Engineering Company stainless steel vent drain part number AVDR4SS4 or approved equal for metallic enclosure, and non-metallic vent drain part number AVDR4NM or approved equal for non-metallic enclosure. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-10 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS PART 3 EXECUTION 3.01 TEST REQUIREMENTS A. The Contractor shall shop test the panels and correct any defects discovered prior to delivery. These tests shall consist of the following: 1. The Contractor shall verify that each wiring connection is made properly by checking electrical continuity, assuring that connections have less than one Ohm resistance end to end, and that no cross continuity exists between separate circuits. 2. The Contractor shall conduct a test of all power circuits and power supply equipment to verify that proper voltages are delivered and all power supply equipment is operating according to the manufacturer's specifications. These tests shall be witnessed by the Owner's representative. The Contractor shall certify the results in writing to the Owner. 3. The Contractor shall functionally test each electrical device specified in Part 2 below to verify correct operation. The Contractor shall also test each input/output point. Inputs shall be exercised at the location in the panel the greatest distance in the circuit from the PLC chassis and verified through to the PLC processor. Results shall be demonstrated on a programming terminal. Each output shall be exercised from a programming terminal and verified through to the panel location the greatest distance in the circuit from the PLC chassis. At a minimum, analog inputs and outputs shall be tested at 0%, 25%, 50%, 75%, and 100% of range. This test shall be witnessed by the Owner's representative and the Contractor shall certify the results in writing to the Owner. Test the operator interface unit, including simulated alarm conditions. 4. The Contractor shall test Ground Fault Interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle manufacturer. 3.02 PANEL INSTALLATION A. Shop Testing: The Contractor shall coordinate panel delivery with the construction of the control room and panel locations to minimize field handling. END OF SECTION NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 67 00-11 JULY 2024 INSTRUMENTATION AND CONTROLS - CONTROL PANELS SECTION 40 96 20 INSTRUMENTS PART 1 GENERAL 1.01 SCOPE A. This section of instrumentation covers: Field Instruments. 1. Chlorine Analyzer 2. Intrusion Switches 3. Pressure Transmitters 4. Radar Level Transmitter 1.02 SUBMITTALS A. The submittals shall be as defined in Section 40 61 00 - Instrumentation General Provisions. B. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.03 JOB CONDITIONS A. Environmental Requirements: The equipment shall operate in ambient temperature 0-130°F, relative humidity 30-100%. B. Project power 120 volts, 60 hertz single-phase. Appropriate isolation shall be provided. C. Standard Signal: 1. Output Signal. Each instrument, which outputs a signal, shall output the standard 4-20 mA signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one mega -ohm minimum for an input signal of 1 to 5 VDC. b. The 1 to 5 VDC signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm, one -watt resistor. c. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel. PART 2 PRODUCTS 2.01 EQUIPMENT FURNISHED A. Refer to instrument sheets at the end of this specification. NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 96 20-1 JULY 2024 INSTRUMENTS 2.02 CHLORINE ANALYZER A. Reference sheet 1-3 — Instrumentation Detail B. The analyzer shall come with a rugged corrosion resistant mounting panel bearing pre - mounted equipment to provide easy installation. C. The instrument shall be a continuous reading analyzer that utilizes amperometric technology with a three -electrode sensor design. D. The response time shall be 140 seconds or less. E. The low Limit of Detection (LOD) shall be 0.03 ppm or lower. F. The Practical Limit of Quantitation (PLOQ) shall be 90 ppb or lower. G. The instrument shall be equipped with a flow -through cell containing a noncontacting flow sensor. H. The instrument shall provide both visual and electronic notification of insufficient sample flow. I. The analyzer shall provide reagent -free operation without the need for sample conditioning in clean water applications. J. The instrument shall be connected to controller that will produce 4-20 ma output to the SCADA system. K. Provide two (2) spare membrane replacement kits for each type used. L. The instrument shall be ProMinent. 2.03 INTRUSION SWITCHES A. Intrusion switches monitor the personnel and overhead doors open or close status. B. Intrusion switch monitor the RTU panel open or close status. C. NEMA 4 D. SPDT From C contact E. Intrusion switches for personnel and overhead doors shall be Sentrol 2200 Series or equal. F. Intrusion switch for RTU panel shall be Class 9007 heavy duty limit switches by Square- D or equal. 2.04 PRESSURE TRANSMITTERS A. The Elevated Tank level transmitter shall be loop -powered pressure transmitter installed at the location as shown on the plans and in accordance with the manufacturer's NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 96 20-2 JULY 2024 INSTRUMENTS recommendations. The transmitter shall incorporate an integral LCD digital display reading in engineering units. The pressure and level transmitters shall be provided with a 1/2-inch MNPT and 1-inch FNPT pressure connection of 316L stainless steel with a ceramic measuring diaphragm. The pressure and level transmitters shall have an accuracy of 0.2% with a 10:1 turndown and zero adjustability of —10 to +100%. The transmitters shall be field programmable using integral pushbuttons as well as a HART hand held programmer. The pressure transmitters shall be provided with a stainless - steel mounting bracket and bleed and block manifold valve for ease of calibration. B. One level transmitter shall measure pressure before the modulating valve and the other shall measure after the modulating valve. The pressure transmitter after the modulating valve shall be for measuring bowl level. The pressure of the fill line shall be suppressed such the 4-20 mA signal represents the head range of the EST bowl. C. Furnish one (1) hand held programmer to the City for maintaining the new pressure transmitter. D. Pressure Indicating Transmitters shall be Rosemount 3051. 2.05 RADAR LEVEL TRANSMITTER A. Furnish one radar level transmitter for the elevated tank. Unit shall be used for measuring the level in the EST bowl. Unit shall have a range of 0 to 40', reference drawings for mounting and installation. Furnish an Endress+Hauser Micropilot FMR20 series radar level transmitter. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Install control panel as shown on the drawings. 2. Install instruments in various locations in the field and on panels as shown on the drawings. 3. Coordinate the outage with Owner representative through the Engineer. Starting or stopping of any existing pump; opening any existing breaker, or disconnecting any instrument; shall be approved in advance through the Engineer. 4. All installations shall be in accordance with the Manufacturer's recommendations and instructions. 5. All the necessary mounting accessories shall be provided. END OF SECTION NORTHSIDE IV 1 MG ELEVATED STORAGE TANK 40 96 20-3 JULY 2024 INSTRUMENTS SECTION 46 41 23 TANK CIRCULATION EQUIPMENT PART 1 - GENERAL 1.1 SUMMARY 464123-1 TANK CIRCULATION EQUIPMENT Page 1 of 6 A. Section Includes 1. These specifications provide the requirements to furnish, install and place into operation all drives, motors, controls, and accessories necessary for a complete and operable submersible mixing system for the 1,000,000-gallon Northside IV Elevated Storage Tank. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 16 13 — Precast, Prestressed Concrete Tank with Steel Diaphragm 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this item shall per each. 2. Payment a. The work performed and materials furnished in accordance with the Item and measured as provided under "Measurement" are included in the total lump sum price. 3. The price bid will include: a. Impeller b. Motor c. Mounting Tripod d. Enclosure e. Motor Controller/VFD f. SCADA g. Controls h. Electrical i. Installation j. Disinfection k. Clean-up 1. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. Northside IV Elevated Storage Tank City Project No. 104291 464123-2 TANK CIRCULATION EQUIPMENT Page 2 of 6 2. Occupational Safety and Health Administration, OSHA 3. NSF / ANSI Standard 61 4. Underwriters Laboratories Inc., UL 508 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to manufacture or delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data B. Shop Drawings 1. Circulation Equipment C. Certificates 1. Furnish an affidavit certifying that the mixer meets NSF-61 certification for all material being placed inside the tank and headspace, including the motorpower cable. D. Installation, Operations, and Maintenance Manuals shall be obtained from the equipment manufacturer and submitted. The following sections shall be included: 1. General equipment specifications and data sheets 2. Installation, start-up, operation, and maintenance instructions 3. Factory -recommended maintenance schedule 4. Wiring diagrams specifying what electrical wiring needs to be done onsite during and prior to the installation, and by which responsible party 5. List of equipment or tooling necessary for diagnostics, trouble -shooting, repair or general maintenance 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Each mixing system shall be tested prior to deployment according to standard engineering practices at the factory testing facilities. Certification of this completed testing shall accompany mixer installation documentation. B. Continuous Operation Equipment. The mixer shall operate continuously, all day and all night, using 120 VAC as the power source. C. Qualified US Manufacturer. The manufacturer of the mixer shall have extensive experience in the production of such equipment, and the equipment shall be manufactured in the continental United States. D. Installation personnel shall have received job -specific safety training on (a) Working over Water, (b) Boating Safety, (c) Disinfecting Procedures, (d) Confined Space Entry, and (e) Fall Protection. Northside IV Elevated Storage Tank City Project No. 104291 464123-3 TANK CIRCULATION EQUIPMENT Page 3 of 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. 2. A written manufacturer's warranty shall be provided for all equipment (mixer, controller, etc.) specified in this Section. The Product shall be warranted to be substantially free from defects in material and workmanship for five (5) years from the date of acceptance of the project by the Owner. This equipment warranty shall be directly from the manufacturer of the equipment to the Owner. Such warranty shall cover all defects or failures of materials or workmanship that occur as the result of normal operation and service. PART 2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Mixer shall be manufactured by PAX Water Technologies, Inc., Kasco Marine Inc., or approved equal. B. Description 1. Number of units required: Qty Model Tank 1 PAX: PWM400 120 VAC potable tank mixer Northside IV Elevated Storage Tank (1,000,000 gallons) 1 Kasco: 3400061 120 VAC potable tank mixer Northside IV Elevated Storage Tank (1,000,000 gallons) 2. Mixing system consists of an impeller mounted on a submersible motor and supported approximately three feet in height from the tank floor in order for it to launch a jet of water from the bottom of the tank up toward the surface of the water. Floating devices shall not be acceptable. Mixer duty cycle shall be variable with the size and volume of the tank. Mixer control and operation shall be independent of tank drain and fill cycles to ensure constant mixing. Both wet -side and dry -side shall be able to be hoisted, installed, and/or removed by on -site personnel without additional equipment needed, and so that there is no crush hazard or entanglement hazard present, and so that weight of mixer on tank floor does not cause damage to interior. C. Components 1. Wet -side a. Shall be NSF/ANSI Standard 61 certified. b. Equipment entering tank shall not adhere to, scratch, or otherwise cause damage to internal tank coating or put undue stress on the materials of the tank construction. Equipment shall fit through a standard hatch size of 18" x 18" or larger. Motor cables shall utilize flange access as shown in the Drawings. Northside IV Elevated Storage Tank City Project No. 104291 464123-4 TANK CIRCULATION EQUIPMENT Page 4 of 6 c. Each submersible mixer shall consist of the following components: 1) Impeller a) AISI Type 316 Stainless Steel, or custom-made plastic b) Balanced to within 0.5 gram -inches c) Passivated per ASTM A380 to minimize corrosion as required d) Shall not create cavitation at any rotational speed up to 2500 RPM 2) Motor a) AISI Type 304 Stainless Steel body b) Chlorine/Chloramine resistant rubber seals c) Fully submersible d) Water -filled motor e) Food grade mineral oil or Water -lubricated motor 3) Mounting Tripod a) AISI Type 316 Stainless Steel b) Three-foot long detachable legs or pedestal mount c) NSF/ANSI Standard 61 certified EPDM rubber, non-skid, non -scratch feet or insulating pad d) Attachments secure motor cable away from impeller e) Overall height of unit not to exceed 5 ft 2. Dry -side a. Each control center shall consist of the following components: 1) Enclosure a) Lockable b) Weather Resistant c) Overall weight of control center not to exceed 60 lbs. d) Green and Red LED Indicator lights show motor status e) Additional white LED Indicator light to show power status is allowed 2) Motor Controller/VFD a) Power shall be 1-phase b) Rated to 0.5 HP c) Operating temperature range -30°C up to 50°C (-34°F to 122°F) d) Manual speed control (potentiometer) e) Thermal shut-off protection built-in f) Current overload protection built-in 3) SCADA outputs included a) Digital Output signal indicating motor running b) Digital Output signal indicating fault c) Digital Input/output signal allowing remote motor on/off d) RS-232 (MODBUS) or RS-485 or Dry Contact connections 4) GFCI outputs included a) 300mA trip level D. Controls 1. Each unit shall be equipped with all necessary controls, inter -wired, to provide the following minimum functions: a. On/Off switch to control power to mixer. b. Automatically -activated motor shut-off if water level drops below motor height in tank. c. SCADA controls as shown on electrical and instrumentation drawings. Northside IV Elevated Storage Tank City Project No. 104291 464123-5 TANK CIRCULATION EQUIPMENT Page 5 of 6 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 2.5 PERFORMANCE A. Mixing system shall completely mix tank according to the following minimum performance requirements. These requirements can be measured and validated after installation by operators with readily available tools such as temperature probes and total chlorine grab samplers. 1. Temperature Uniformity. All temperatures shall converge to within 0.50°C (0.9°F) within 24 hours after mixer is installed and activated. 2. Disinfectant Residual Uniformity. Disinfectant residual within top five feet of tank and bottom five feet of tank will converge to within 0.20 ppm within 3 days after mixer is installed and activated. During continuous operation of the mixer, under normal disinfectant dosing parameters, disinfectant residual will converge to within 0.20 ppm at least once every 24 hours. PART 3 - EXECUTION 3.1 INSTALLERS A. Contractor Installation 1. Installation, startup, and on -site testing provided by Contractor. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. All circulation equipment components and installation equipment shall be cleaned and disinfected with a 50 mg/1 chlorine spray before placed in tank. B. Tank penetration shall be above maximum water level, through the tank roof, as shown in the drawings. Fitting shall be 1 inch diameter fitting to allow cable to pass through. Strain relief for power cable shall be part of the contractor -supplied fitting for tanks more than 30 feet in depth. C. Factory Personnel. The placement and startup shall be performed by full time factory employees trained in the operation of the mixer. Safety Equipment. Placement and service personnel shall be equipped with job -specific safety equipment to complete the placement and startup of specified mixer following all OSHA safety regulations. Safety equipment shall include confined space, fall protection, rescue, decontamination, and communication tools such as (air monitor, ventilation fan, tri-pod, winches, FBH's, retractables, ropes, lanyards, descenders, radios, hard hats, step pools, disinfectant sprayer, etc.) 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Provide Manufacturer's Field Services to include: 1. Inspection, checking, and adjustment as required for equipment to function as warranted by manufacturer and necessary to provide written approval of installation. Northside IV Elevated Storage Tank City Project No. 104291 464123-6 TANK CIRCULATION EQUIPMENT Page 6 of 6 2. Revisiting the site as required to correct problems and until installation and operation are acceptable to City. 3. Resolution of assembly or installation problems attributable to, or associated with, respective manufacturer's products and systems. B. Completion of Manufacturer's Certificate of Proper Installation with applicable certificates for proper installation and initial, interim, andfinal test service. C. Complete Certificate of Successful Start-up. 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 Northside IV Elevated Storage Tank City Project No. 104291 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities (FAA, TCEQ) GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 Northside IV Elevated Storage Tank, 664 County Road 4840, Wise County, Texas Description of 1.051 Acres of Land BEING a tract of land situated in the M. E. P. & P. R. R. Co. Survey, Abstract Number 632, Wise County, Texas, being a portion of that tract of land described by deed to CTMGT Alpha Ranch III, LLC recorded in Instrument Number 202200055, County Records, Wise County, Texas, and being more particularly described by metes and bounds as follows: COMMENCING at a 4 inch metal fence post, found at the southwest corner of said CTMGT Alpha Ranch, III tract, being the southeast corner of that tract of land described by deed to Max Lindsey Jr. and Beverly Lindsey recorded in Volume 1519, Page 187, said County Records, and being in the north line of that tract of land described by deed to Ann Lindsey Remillard Draudt recorded in Instrument Number 2008-19730, said County Records, from which a 3/8 inch iron rod with plastic cap stamped "Landpoint", found at the southeast comer of said CTMGT Alpha Ranch III tract bears S 89°46'04"W, 2841.38 feet; THENCE N 00°39'23"E, 65.83 feet, with the west line of said CTMGT Alpha Ranch III tract and the east line of said Max Lindsey Jr. and Beverly Lindsey tract to the POINT OF BEGINNING; THENCE N 00°39'23"E, 208.81 feet, continuing with said common line, from which a 3/8 inch iron rod with no cap bears N 00°39'23"E, 1710,84 feet; THENCE EAST, 218.20 feet, departing said common line, over and across said CTMGT Alpha Ranch III tract; THENCE S 00°13'51"E, 207.90 feet; THENCE S 89°46'09"W, 221.43 feet to the Point of Beginning and containing 45,797 square feet or 1.051 acres of land more or less. "Integral parts of this document" 1. Description 2. Exhibit Peloton Job No. CEN19006 Tracking No. na Wise March 1g,2024 G:\JOBICEN19006_ALPHA RANCHIMASTER DEV1 SURVEYIEXHIBITSILEGALSICEN19006_EX57.DOCX Page 1 of 2 F Basis of Bearing is the Texas Coordinate System i North Central Zone 4202, NAD 83 ON '93LI Wbli Sl 0 0 O IRF = Iron Rod Found Q• •V_ 14_M[; �S Max Lindsey Jr. and Beverly Lindsey Vol.1519. Pg.187 C.R.W.C.T. Point of Beginning Point of Commencing � GQ TODD A. BRIDGES ... *................ 5 4940 ' <y ffS5rr0*r0? SURY PELOTON jL A k o s o L U T l o N s 9800 MILLWOOD PARKWAY, SUITE 250 FORT WORTH, TEXAS 76177 PH 817-562-3350 3/8" 1RF 0 100 200 GRAPHIC SCALE IN FEET "Integral parts of this document" 1. Description 2. Exhibit CTMGT Alpha Ranch III, LLC EN ;- Inst.* 202200055 °' C° C.R.W.C.T. a QI� co w 0 N NOO° 39123"E EAST 218.20' 1.051 Acres 0 cn 0 cV SOO° 13'51"E S89° 46'04"W NDO° 39'23"E 65.83' 4" Metal Fence Post Ann Lindsey Remillard Draudt Inst. * 2008-19730 C.R.W.C.T. 221.43' S89° 46'04"W 2841.38' Exhibit of 1.051 Acres of Land 3/8" 1RF I Situated in the M.E.P. & P.R.R. Co. Survey, Abstract Number 632, Wise County, Texas JOB # CEN19006 DRAWN BY: D. Freemon (CHECKED BY: T. Bridges Default 1 DATE: 02-05-24 (PAGE # 2 of 2 3/18/2024 2:20:26 PM G:\dOH\C N19006_Mpha_Ranch \Master Dev\_Survey\Exhibits \CEN19DD6_EX57.dgn 0, c cn 'X a) a) L a) cn O co Ct U 0 u_ Northside IV Elevated Storage Tank, 664 County Road 4840, Wise County, Texas 14 11111Li L--p __ illll - lily 1 111*1 111 Ililiiltt . im" hlfluR L ir 1Ig Min 11i11111111 a IIIIIIIIl11 I Ili 1-,�I1i1111111! • • - - • • • • S misimm IMMI -- _ 11111111111 Il 1111111H 111111.!!: 0) I1 .X a) a) a) co .7r U E O L u_ 111111f i1 CE WNW - Ilili imeNM m Ifliffilflif — GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 GEOTECHNICAL EXPLORATION 1.0 TO 1.5 MG ELEVATED WATER TANK Off CR 4840 Fort Worth, Texas ALPHA Report No. W232541 October 19, 2023 Prepared for: NEEL-SCHAFFER, INC. — FORT WORTH 515 Houston Street, Suite 651 Fort Worth, Texas 76102 Attention: Mr. Rick Simpson, RPLS Prepared By: ALPHA /TESTING A Universal Engineering Sciences Company ALPHA /\TESTING A Universal Engineering Sciences Company October 19, 2023 Neel -Schaffer, Inc. — Fort Worth 515 Houston Street, Suite 651 Fort Worth, Texas 76102 Geotechnical Construction Materials Environmental TBPELS Firm No. 813 Attention: Mr. Rick Simpson, RPLS Re: Geotechnical Exploration 1.0 to 1.5 MG Elevated Water Tank Off CR 4840 Fort Worth, Texas ALPHA Report No. W232541 5058 Brush Creek Road Fort Worth, Texas 76119 TEL: 817.496.5600 Fax: 817.496.5608 www.alphatesting.com Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by using the Subconsultant Agreement Professional Services (M&C No. 23-0534 dated August 27, 2023) and performed in accordance with ALPHA Proposal No. 94855 dated December 13, 2022. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of foundations. ALPHA TESTING, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing construction materials testing services, please contact our office. Sincerely, ALPHA TESTING, LLC Karina Cohuo Is OF i+ *I BRIAN J. HOYT Ili -al, 1157,18 5 October 19, 2023 Brian J. Hoyt, P.E. Geotechnical Project Manager Regional Manager BJH/kc Copies: (1-PDF) Client Dallas • Fort Worth • Houston • San Antonio TABLE OF CONTENTS ALPHA REPORT NO. W232541 1.0 PURPOSE AND SCOPE 1 2.0 PROJECT CHARACTERISTICS 1 3.0 FIELD EXPLORATION 1 4.0 LABORATORY TESTS 2 5.0 GENERAL SUBSURFACE CONDITIONS 2 6.0 DESIGN RECOMMENDATIONS 3 6.1 Potential Soil Movements 3 6.2 Drilled, Straight -Shaft Piers 3 6.3 Ring Footing Foundation 5 6.4 Seismic Considerations 6 6.5 Drainage and Other Considerations 6 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES 6 7.1 Site Preparation and Grading 7 7.2 Foundation Excavations 8 7.3 Fill Compaction 9 7.4 Utilities 10 7.5 Groundwater 10 8.0 LIMITATIONS 11 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W232541 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for Neel -Shaffer, Inc. — Fort Worth (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to construct a 1.0 to 1.5 MG water tank on a site generally located about one mile east of Highway 81 and about 3,700 ft south of County Road 4840 in Fort Worth, Texas. A site plan illustrating the general outline of the property is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time the field exploration was performed, the site consisted of a vacant tract of land. Review of the topographical maps available at http://www.dfwmaps.com indicates the site generally slopes down to the southeast about 8 ft (Approximate Elevation: 878 ft to 870 ft). No information regarding previous development on the site was provided to us. It is anticipated that the tank will be supported using a spread footing foundation system or a drilled pier foundation system. Information regarding site grading, type of elevated tank, and structural loading was not provided for this study. For the purpose of our analysis, we have assumed maximum cuts and/or fills of 2 ft will be required to achieve final grade. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling four (4) test borings. Two (2) test borings were drilled to a depth of about 55 ft and two (2) test borings were drilled to a depth of about 35 ft below current grade. The test borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test 1 ALPHA Report No. W232541 boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing information for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the Fort Worth Limestone and Duck Creek formation, mapped as undivided. This undivided formation generally consists of limestone with marl layers. Residual soils associated with this formation generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions encountered in Borings 1 through 4 generally consisted of clay to depths of about 4 ft to 8 ft below the ground surface underlain by tan weathered limestone extending to depths of about 15 ft to 16 ft. Gray limestone was then encountered extending to the 35 ft or 55 ft termination depths of the borings. Additional stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater from natural fractures in the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock (limestone), particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Additional information concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets in the Appendix. 2 ALPHA Report No. W232541 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final plans and specifications for review prior to construction. The following design criteria were developed based on our understanding that maximum cuts and fills of 2 ft will be required to achieve final grade in the water tank areas. Cutting or filling on the site more than 2 ft can alter the recommended foundation design parameters. Therefore, it is recommended our office be contacted once final grades are determined to verify appropriate design parameters are utilized for final foundation design. 6.1 Potential Soil Movements Based on our calculations, potential soil movements at finished grade, after cuts and fills of up to 2 ft, could be about 5 inches due to shrinking and swelling of active clays. Footing foundations bearing at least 1 ft into tan weathered limestone could be subject to soil movements of about 1 inch due to shrinking and swelling of active clays. Weathered limestone was encountered in the borings at depths from about 4 ft to 8 ft below current grade. These potential movements were estimated using results of absorption swell tests, in general accordance with methods outlined by Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the water tank acts on the subgrade soils. Movements exceeding those predicted could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off -site locations. Grade slabs will be subject to potential movements as previously discussed (about 5 inches). Potential movement of grade slabs could be reduced to about 1 inch by removing the active clays to expose the top surface of tan weathered limestone and then backfilling will to with non - expansive fill to achieve final grade. Non -expansive fill could consist of select fill or flexible base material as described in Section 7.3. 6.2 Drilled, Straight -Shaft Piers The water tank could be supported using a system of drilled, straight -shaft piers bearing at least 2 ft into gray limestone. Gray limestone was encountered at depths of about 15 ft to 16 ft below the ground surface in the borings. Deeper penetrations will be required to develop uplift resistance. Allowable end bearing values and skin friction parameters are summarized in Table A. 3 ALPHA Report No. W232541 TABLE A Allowable End Bearing and Skin Friction Parameters Material Allowable End Bearing (ksf) Skin Friction in Compression (ksf) Skin Friction in Uplift Resistance (ksf) At least 2 ft into Gray Limestone 40 6.0 5.0 Skin friction and uplift resistance should be neglected over the upper 2 ft of gray limestone and over the portion of the pier shaft above the bottom of any temporary casing. At least two (2) pier shaft diameters should remain between the bottom of the pier and the termination depth of our deepest boring (about 55 ft below existing grade) to use the allowable end bearing parameters. If the minimum clearance between the bottom of the pier and the deepest boring is not provided, piers should be designed as friction piers, neglecting end bearing. In no case should piers bear deeper than the deepest boring (about 55 ft below the existing ground surface). Deeper borings will be required to verify the bearing stratum below 55 ft if deeper piers are planned. The minimum clear spacing between piers should be at least two (2) pier shaft diameters, based on the larger pier, to develop the full load carrying capacity from skin friction. Piers with tangential contact can be designed using 50 percent of the allowable skin friction. Skin friction for piers situated between tangential contact and two (2) pier shaft diameters can be calculated by interpolating the allowable skin friction between 50 percent and 100 percent, respectively. The recommended bearing pressure contains a factor of safety of at least 3 considering a general bearing capacity failure and the skin friction values have a factor of safety of at least 2. Normal elastic settlement of piers under loading is estimated at less than about'/2 inch. Each pier should be sufficiently embedded into the limestone and be designed with full length reinforcing steel to resist the uplift pressure (soil -to -pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in -place moisture content of the soils during construction. It is estimated this uplift adhesion will not exceed about 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over the pier shaft in contact with clay soils extending to the top surface of limestone or to a maximum depth of 12 ft, whichever is encountered first. Table B contains L-PILE design parameters for design of lateral resistance of drilled piers. Lateral resistance should be neglected within 6 ft of final grade due to potential soil shrinkage and/or disturbance. 4 ALPHA Report No. W232541 TABLE B Design Parameters for L-PILE Material Clay Deeper than 6 ft Below Final Grade Tan Weathered Limestone Gray Limestone L-Pile p-y Model Stiff clay Weak rock Weak rock Effective Unit Weight (y), pci 0.069 0.078 0.081 Undrained Cohesion (c), psi 5.0 - - Rock Uniaxial Compressive Strength (q ), psi - 100 330 Rock Mass Modulus (Er), psi - 10,000 33,300 Rock Quality Designation (RQD)1, % - 50-70 70-90 Rock Strain Factor (krm) - 0.0001 0.00005 1 Rock Quality Designation (RQD) is based on our area experience and the results of the field exploration. All grade beams connecting piers should be formed and not cast in earthen trenches. Grade beams should be formed with a nominal 10-inch void at the bottom. Commercially available cardboard box forms (cartons) are made for this purpose. The cardboard cartons should extend the full length and width of the grade beams. Prior to concrete placement, cartons should be inspected to verify they are firm, properly placed, and capable of supporting wet concrete. Some type of permanent soil retainer, such as pre -cast concrete panels, must be provided to prevent soils adjacent to grade beams from sloughing into the void space at the bottom of the grade beams. Additionally, backfill soils placed adjacent to grade beams must be compacted as outlined in Section 7.3. Void forms are not required below grade beams bearing on limestone or on grade beams bearing on non - expansive fill which extends to the top surface of limestone. 6.3 Ring Footing Foundation As an alternative to drilled piers, a ring footing bearing at least 1 ft into tan weathered limestone can be used to support the proposed elevated water tank. Tan weathered limestone was encountered at depths of about 4 ft to 8 ft below the existing ground surface. Footings bearing on tan weathered limestone are subject to potential movements of less than 1 inch. Footing foundations bearing on weathered limestone should be proportioned using an allowable bearing pressure of 4.0 ksf This allowable bearing pressure is based on a factor of safety of 3. Footings should have a minimum width of 24 inches for bearing capacity considerations. Differential movements should not exceed about 75 percent of the predicted total movement. Footings should be properly excavated and concrete placed as discussed in Section 7.2. Careful monitoring during construction is necessary to locate any pockets or seams of unsuitable materials, which might be encountered in excavations for footings. Any unsuitable clay seams or layers should be removed to expose weathered limestone to use the recommended bearing pressure of 4.0 ksf for footings bearing at least 1 ft into weathered limestone. These materials, if found, should be removed and replaced with flexible base material, lean concrete (at least 200 psi strength 5 ALPHA Report No. W232541 at 28 days) or structural concrete. Resistance to sliding will be developed by friction along the base of the footings and passive earth pressure acting on the vertical face of the footing and a (possible) key installed in the base of the footings, if required. We recommend a coefficient of base friction of 0.30 be used along the bottom of the footing. A passive resistance of 500 psf can be used for footings bearing against undisturbed cuts in onsite soil or against clay fill material placed and compacted as recommended in Section 7.3. An increase uniform allowable passive earth pressure of 1,000 psf per ft of depth can be used for footings bearing against undisturbed cuts in weathered limestone. The passive resistance along the vertical face of the footing should be neglected within 2 ft of the final site grade. 6.4 Seismic Considerations The Site Class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did not extend to 100-foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depth. Based on Section 1613.3.2 of the 2012 International Building Code and Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class C (very dense soil or soft rock) for seismic design at this site. 6.5 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 10 ft of the water tank should be sloped away from the structure to prevent ponding of water around the foundation. Final grades within 10 ft of the structure should be adjusted to slope away from the structure at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structure is essential. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 6 ALPHA Report No. W232541 7.1 Site Preparation and Grading Limestone was encountered at a depth of about 4 ft of the existing ground surface in Boring 2. We expect limestone will be encountered during general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting floor slabs, footings, pavement, flatwork, or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed soil subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed soil subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer, or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed during the proof -roll should be removed and replaced with well -compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed soil subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench -key width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should 7 ALPHA Report No. W232541 in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be placed well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be properly monitored to verify loose, soft, or otherwise undesirable materials are removed, and foundations will bear on satisfactory material. Soil exposed in the base of all foundation (pier and footing) excavations should be protected against detrimental change in condition, such as surface sloughing or side disturbance, rain or excessive drying. Drilled pier foundations should be completed in one day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, straight shaft pier excavations should be slightly deepened and widened or a new (deeper) design penetration made. Footing excavations should be cleaned and slightly deepened. All pier shafts should have a minimum diameter of 1.5 ft or 1/30th of the shaft length, whichever is greater, to facilitate clean -out of the base and proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, or equivalent. Placement of concrete should be vertical through the center of the shaft without hitting the sides of the pier or reinforcement to reduce the possibility of segregation of aggregates. Concrete placed in piers should have a minimum slump of 5 inches (but not greater than 7 inches) to avoid potential honey -combing. Observations during pier drilling should include, but not necessarily be limited to, the following items: • Verification of proper bearing strata and consistency of subsurface stratification with regard to boring logs, • Confirmation the minimum required penetration into the bearing strata is achieved, • Complete removal of cuttings from bottom of pier holes, • Proper handling of any observed water seepage and sloughing of subsurface materials, 8 ALPHA Report No. W232541 • No more than 2 inches of standing water should be permitted in the bottom of pier holes prior to placing concrete, and • Verification of pier diameter and steel reinforcement. Groundwater was not encountered in the borings. However, the risk of encountering groundwater during pier drilling is generally increased during or after periods of precipitation. Where submersible pumps or bailing cannot control groundwater, temporary casing may be required to control seepage. The casing should be properly seated below the depth of seepage, and all groundwater and soil should be removed prior to beginning the design penetration. As casing is extracted, care should be taken to maintain a positive head of plastic concrete and minimize the potential for intrusion of water seepage. A separate bid item should be provided for casing on the contractor bid schedule. The limestone encountered in the borings was hard. Rock teeth and/or core barrels will be required to penetrate the limestone. 7.3 Fill Compaction Flexible Base Material: Flexible base material used as non -expansive fill for the building pad area should meet the requirements of TxDOT Item 247, Type A or D, Grade 1-2 or 3. The material should be compacted to a minimum 95 percent of standard Proctor maximum dry density (ASTM D 698) and within -2 to +3 percentage points of the material's optimum moisture content. Select Fill: Select fill used as non -expansive fill should have a liquid limit less than 35, a plasticity index (PI) not less than about 4 nor greater than 15 and contain no more than 0.5 percent fibrous organic materials, by weight. All select material should contain no deleterious material and should be compacted to a dry density of at least 95 percent standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. The plasticity index and liquid limit of material used as select non - expansive material should be routinely verified during placement using laboratory tests. Visual observation and classification should not be relied upon to confirm the material to be used as select, non -expansive material satisfies the above Atterberg-limit criteria. The following recommendations pertain to general compaction. Fill placed below grade slabs sensitive to movement should consist of non -expansive fill as discussed in Section 6.1. Clay soils used as general fill with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of +2 to +6 percentage points of the material's optimum moisture. Clay soils used as general fill with a plasticity index below 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey fill should be process and the largest particle or clod should be less than 6 inches prior to compaction. 9 ALPHA Report No. W232541 Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within — 2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch-thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was not encountered in the borings. From our experience, shallow groundwater could be encountered during general excavation at this site. The risk of encountering seepage is increased during or after periods of precipitation. Standard sump pit and pumping procedures should be adequate to control seepage on a local basis for relatively shallow excavations. 10 ALPHA Report No. W232541 In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas, subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other de -watering devices should be carefully addressed during construction. Our office could be contacted to visually observe the final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 11 APPENDIX ALPHA Report No. W232541 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of four (4) test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The boring locations were staked by using a handheld GPS device or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. Texas Cone Penetration (TCP) tests were completed in the field to determine the apparent in -place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170- pound hammer dropped 24 inches is the basis for TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as "TX Cone" (reference TxDOT Test Method TEX 132-E, as modified). The boring logs are included in this Appendix. The logs show visual descriptions of subsurface strata encountered in the borings using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. -- 12 II 0 sr 0 ii irI. { �y� lb0. i / I. f i 4 111 it IL 1 E 1 0 / I +I I if 1l i it isi IP 1 Y + P f 1 I # { �� 1 t' i J 1 1 f f 1 r r ' J The f _ J I41. . 4. % tit rr t • 1 1 +4 % I i. N R # r \ f Pr f ti B-1 B-2 ELEVATED STORAGE TANK B_3 LAT[0r B-4 1_ ARE, 1 in NE IN � � 4 ti FUTURE EAGLE PARKWAY (110' ROW GEOTECHNICAL EXPLORATION 1.0 TO 1.5 MG ELEVATED WATER TANK OFF CR 4840 FORT WORTH, TEXAS ALPHA PROJECT NO. W232541 ALPNA+XTESTIMG WHERE IT ALL BEGINS FIGURE 1 BORING LOCATION PLAN APPROXIMATE BORING LOCATION ALPHA Report No. W232541 B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited, as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket -penetrometer tests were conducted on selected soil samples to evaluate soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clay soils were further analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached Log of Boring sheets. ALPHA Client: Project: Start Date: Drilling WHERE /X T E S T( N G IT ALL BEGINS Neel -Schaffer, Inc. - Fort Worth 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com BORING PROJECT Location: Surface West: North: Hammer NO.: 1 NO.: Fort Sheet 1 of 1 W232541 Worth, Texas 1.0 to 1.5 MG Elevated Water Tank Elevation: 9/13/2023 End Date: 9/13/2023 Method: CONTINUOUS FLIGHT AUGER Drop (lbs 1 in): 170 / 24 Depth, feet Graphic Log Sample Type Recovery % RQD TX Cone or Std. Pen. (blows/ft, in) Pocket Penetrometer (tsf) Unconfined Comp. Strength (tsf) UU Shear Strength (tsf) % Passing No. 200 Sieve Unit Dry Weight (pcf) Water Content, % Liquid Limit Plastic Limit Plasticity Index o co GROUND WATER OBSERVATIONS On Rods (ft): NONE ♦After Drilling (ft): DRY (After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 2.0 4.5+ 12.8 107 14 Brown CLAY 4.0 4.5+ 15 62 20 42 5.7 Tan CLAY 6.0 4.5+ 16.5 122 8 Tan WEATHERED LIMESTONE with clay seams and layers 15.0 100/ 10.50' 72 100/ 0.50" 11 , 10 I \ 15 Gray LIMESTONE 55.0 100/ 0.50" 100/ 100/ 100/ 100/ 0 00" 100/ 1" 100/ 0.50" 20 1 \ _25 — — —30— — — 35 _ — — - - _40_ — — 45_ _50_ 55 I I \1.50" 1 1 i \ I I \ I 1 I 1 \ _ _ TEST BORING TERMINATED AT 55 FT ALPHA Client: Project: Start Date: Drilling WHERE /X T E S T( N G IT ALL BEGINS Neel -Schaffer, Inc. - Fort Worth 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com BORING PROJECT Location: Surface West: North: Hammer NO.: 2 NO.: Fort Sheet 1 of 1 W232541 Worth, Texas 1.0 to 1.5 MG Elevated Water Tank Elevation: 9/14/2023 End Date: 9/14/2023 Method: CONTINUOUS FLIGHT AUGER Drop (lbs 1 in): 170 / 24 Depth, feet Graphic Log Sample Type Recovery % RQD TX Cone or Std. Pen. (blows/ft, in) Pocket Penetrometer (tsf) Unconfined Comp. Strength (tsf) UU Shear Strength (tsf) % Passing No. 200 Sieve Unit Dry Weight (pcf) Water Content, % Liquid Limit Plastic Limit Plasticity Index o co GROUND WATER OBSERVATIONS On Rods (ft): NONE ♦After Drilling (ft): DRY (After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 2.0 4.5+ 14 64 20 44 Brown CLAY 4.0 4.5+ 9 5 Tan WEATHERED LIMESTONE with clay seams and layers 16.0 71 100/ 3" 5.050" 9 10 , 10 I \ _15_ — I \ _ _ Gray LIMESTONE 35.0 100/ 1.50" 100/ 1" 100/ 1" 100/ \ 1"/ , 20 I \ —25— - - —30— - - — — 35 I \ I i 1 \ I I \I _ _ 40 45 50 1551 TEST BORING TERMINATED AT 35 FT ALPHA Client: Project: Start Date: Drilling WHERE /X T E S T( N G IT ALL BEGINS Neel -Schaffer, Inc. - Fort Worth 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com BORING PROJECT Location: Surface West: North: Hammer NO.: 3 NO.: Fort Sheet 1 of 1 W232541 Worth, Texas 1.0 to 1.5 MG Elevated Water Tank Elevation: 9/13/2023 End Date: 9/13/2023 Method: CONTINUOUS FLIGHT AUGER Drop (lbs 1 in): 170 / 24 Depth, feet Graphic Log Sample Type Recovery % RQD TX Cone or Std. Pen. (blows/ft, in) Pocket Penetrometer (tsf) Unconfined Comp. Strength (tsf) UU Shear Strength (tsf) % Passing No. 200 Sieve Unit Dry Weight (pcf) Water Content, % Liquid Limit Plastic Limit Plasticity Index o a; co GROUND WATER OBSERVATIONS On Rods (ft): NONE ♦After Drilling (ft): DRY (After Hours (ft): MATERIAL DESCRIPTION _ 5 —, / Dark Brown CLAY 5.0 4.5+ 4.5+ 4.5+ 15.7 106 17 15 9 77 25 52 5.6 Tan WEATHERED LIMESTONE with clay seams and layers 16.0 61 43 0.50.50" 14 10 1 \ I 15_ = � \100/ _ Gray LIMESTONE 35.0 100/ 1.50" 100/ 1.50" 100/ 100/ \ 1"/ , 20 I \ —25— 30— - - — — 35 I \ I 1 \ I I \I _ _ 40 45 50 55 TEST BORING TERMINATED AT 35 FT ALPHA Client: Project: Start Date: Drilling WHERE /X T E S T( N G IT ALL BEGINS Neel -Schaffer, Inc. - Fort Worth 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com BORING PROJECT Location: Surface West: North: Hammer NO.: 4 NO.: Fort Sheet 1 of 1 W232541 Worth, Texas 1.0 to 1.5 MG Elevated Water Tank Elevation: 9/13/2023 End Date: 9/13/2023 Method: CONTINUOUS FLIGHT AUGER Drop (lbs 1 in): 170 / 24 Depth, feet Graphic Log Sample Type Recovery % RQD TX Cone or Std. Pen. (blows/ft, in) Pocket Penetrometer (tsf) Unconfined Comp. Strength (tsf) UU Shear Strength (tsf) % Passing No. 200 Sieve Unit Dry Weight (pcf) Water Content, % Liquid Limit Plastic Limit Plasticity Index o a; co GROUND WATER OBSERVATIONS On Rods (ft): NONE ♦After Drilling (ft): DRY (After Hours (ft): MATERIAL DESCRIPTION Dark Brown and Brown CLAY 4.5+ 15 4.5+ 16 6.0 4.5+ 9 Tan CLAY 8.0 4.5+ 4.0 121 10 49 19 30 0.1 10 Tan WEATHERED LIMESTONE with clay seams and layers 100/ , \ 100/ 15 1 \ I 16.0 2.50" _ Gray LIMESTONE 100/ , 20 I \ 1.50" 100/ _25_ I \ I 1.50" 100/ i 1 \ —30— 1" - - I 35 __ 100/ 1 \ — - - — I _40_ 1010/ \ 1 — - - I _45_ 100/ \ I — 0.50" I 50 100/ 1 \ I _ — 0.50" I 55 55.0 100/ 1 _ _ TEST BORING TERMINATED AT 55 FT \ 1"/ ALPHA /,XTESTIHG WHERE IT ALL BEGINS SOIL & ROCK SYMBOLS • 11 \-) ZJA AAl (CH), High Plasticity CLAY (CL), Low Plasticity CLAY (SC), CLAYEY SAND (SP), Poorly Graded SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT (MH), Elastic SILT LIMESTONE SHALE / MARL SANDSTONE (GP), Poorly Graded GRAVEL (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL (OL), ORGANIC SILT (OH), ORGANIC CLAY FILL SAMPLING SYMBOLS ■SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE x TEXAS CONE PENETRATION ROCK CORE (2" ID except where noted otherwise) KEY TO SOIL SYMBOLS AND CLASSIFICATIONS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) VERY LOOSE 0 TO 4 LOOSE 5 TO 10 MEDIUM 11 TO 30 DENSE 31 TO 50 VERY DENSE OVER 50 SHEAR STRENGTH OF COHESIVE SOILS (tsf) VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 RELATIVE DEGREE OF PLASTICITY (PI) LOW 4 TO 15 MEDIUM 16 TO 25 HIGH 26 TO 35 VERY HIGH OVER 35 RELATIVE PROPORTIONS (%) TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 AND 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETER) BOULDERS 8.0" OR LARGER COBBLES 3.0" TO 8.0" COARSE GRAVEL 0.75" TO 3.0" FINE GRAVEL 5.0 mm TO 3.0" COURSE SAND 2.0 mm TO 5.0 mm MEDIUM SAND 0.4 mm TO 5.0 mm FINE SAND 0.07 mm TO 0.4 mm SILT 0.002 mm TO 0.07 mm CLAY LESS THAN 0.002 mm GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 FORT WORTH City of Fort Worth Business Equity Division Good Faith Effort Form ATTACHMENT 1C Page 1 of 4 PRIME/OFFEROR COMPANY NAME: Check applicable box to describe Prime/Offeror's Certification ❑ Business Equity I ❑ Firm I Non -Business Equity Firm PROJECT NAME: BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: 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 ATTACHMENT IC 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. n 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? riYes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) n 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? n 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 andlor "undeliverable confirmation" documentation may render the riNo 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, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an ri Yes (If email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the piNo email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? n Yes No Effective 0311512022 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 Iset? Ill1 Y• es (If yes, attach all copies of quotations.) I I N• o 9.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) n N• o 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 0311512022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Address Email Address City/State/Zip Date Business Equity Division Email: DVIN_BEOffice©fortworthtexas.gov Phone: (817) 392-2674 Effective 0311512022 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 name: Non-M/WBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: 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 if this information is described in joint venture agreement Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the 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 Paae 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 State of Notarization 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 Notary Public Print Name Signature Commission Expires (seal) Office of Business Diversity Email: mwbeoffice@afortworthtexas.gov Phone: (817) 392-2674 Rev. 2/13/19 FORT WORTH City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 OFFEROR COMPANY NAME: Check applicable block to describe Prime I I M/WBE I NON-MWBE PROJECT NAME: BID DATE City's MBE Project Goal: % Offeror's MBE Project Commitment: % PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 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 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. I-1 YES I I NO Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this n YES 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 participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 3/13/2022 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 Equity 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 satisfy 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 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: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance , 20-370 (q) 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 on a 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 §20-370 (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. Ajoint 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 §20-373 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 ATTACHMENT IA Utilizati licable if Federally -Funded) ise Utilization Form ed Business Ent PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: Offeror's Business Equity (or DBE) Commitment: Section 3 8 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 a) a3 E a) co co 0 a) Native American Gender: City's Business Equity Goal: (Check if addressing DBE Goal) W o W m Q co co0 w m TX DOT Caucasian Not Certified BID DATE: D/FW MSDC 0 c a3 Q O Check all applicable boxes to describe Prime/Offeror/Owner's Classification: NCTRCA African American PROJECT NUMBER: Certifying Agency: Ethnicity: ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD ai �_ aV C C p) a) N C O U c a)a3 a) o_O O Oc N a3 U __ O_ _ C co c O w +-, O o O a) a) c w O N O O a) _ 0 • CO X X o( O a)U O) (c (6 c o c c (6 0 N ( -o o O o O �° a3 w L Q.) f c w u O O4_ a) U c ( w ai c ( o o c w = o ._,=, 0 ctea) O O p -o C c O O c o O O O c a3 0 E a3 U O p - 0 O To121D w �p n w c U 1E c - c O O 2 O (6 .o - o) `o c -0 u) H O 0rii a? a3 0 E o o c — �U �'� • �D c) co O c O C o..) a3 CV (�6 O ` a) 03 03 m < c E wa) w L- a) Q ( �) a) co LL O Y O 0 c N a) 03 0_c .c '( ,_ _ o .= COE • c o .fa) a)c '6 a 0 ow _c o p a) O O c O ?� Y O C O a3 .O c _ o E co E C E E a) 03 O LL NToE N O) c g a3 > D Eo a)O) U C c o o a) o s co U > O H O Q> 2c C 0 O a) w _c -t O C O a3 N C O 'Q a) a)` a3 >' c O U a O OD o o .c-o73 (1) o (1) n c (a `o inla a) O .- a) c O U E U O a) a) (6 ) •a O O C Y a) o o W w _ E o_ a) a) a) O c H Epp c� o C OU - _ . L -c -O W U o a) o 92 w m O -O LL N O 0_92 n c a 2 o o -- LL § H 0 8 m a) a) c a o�� > N Y � 0N N O a--, W i 03 0) O p V U) m o ( W N a) c c a) a) co _c O 0 0 (n U O '() O (6 p Q c (6 c E a) .0 > N O Om 0 0_C oO U (6 C U o_ o `� 11 a)W o� 2oE nD w a) c> E O .� m .w c a3 • o in o w N.O O o O O a) c , D O U (n a3 _c O a) W O a) . _o O N 'O a3 Q N o (a) o (n a3 E >, -5 C p 2) U f3 o E C c c N Q 03 O a) c O Q 8 O .(6 +�+ > O O a"' 0 O O O - 0 a3 a) =o m w L � a ° E' E .� 3 E w> o o c o a) O o -. m U LL a) w N O a) O U 0 U o vi (u a) > a) .0 -O c o C_ o .O U W = 03 n i 0 c COW a O N E' m U QL a3 o -a p a) E o D ( . O c O n c om aci (no o o a)a EEC D'c a)0 L .O oO ovi T a) .m U c a3 Toc.� + c L E 0 a) aoi o_ o O as U a) 0o wL _C W a) u) u) (n c) m - o p a3 >+ C a) -0 U) IFS w i L O _c'O '� ,( U .Q . > LL • a"' m m . O 'O i; o s o f o m 2 w z -C _ m>0 U) o'er �° CO c >, a3 O O Too a-t c L a)E°c(na) o O E a- a o L a) W W a3 0 W E 4- a) a3 co a) a3 D U c E cococ a) +0 O i O c 7 .o P U- •6 2 c u E 0 >mm —°-Eoo O �% y O_ U H f( i c N =Ec uj U O N co Q C O n c o E U E g W a) o o E a)" E a) a) N a) LL O '� o c a3 c (n g N O 0 o W aCr �°i vow O t3 E .� o o U vi W U R- o o a) a) E o o n n a) .- JEw -oC U w E c Z a) a3 c To om O Eo o Nam. a) 4=• Q� a3 .ra7 .- w O 0 a3 m i� . O o (n E m m a a3 _ o C a) a) C= T N w Q- o H U o w}' -0-0 Q4-7 U m C O 0 0 (6 a..) a..) a- 7 o W o 0 0• 0 a�ci ;, w E _a ate) 0 u) o~ aa.') L .a .m 2 c — s U m 72 'o '_ a) fl 8° ate) o m _c �,� y C- m o w or women to be a bona -fide located within thi ATTACHMENT 1A Utilization Form Business E = H P4 P' Cle .1 and 03 _: / ® c \ / 0 \ =wE a) 0_ \§ 0\ )d 222 w I _ _ w e LC_2@.a 22_ \/ \§\\k0 = E 0 _ c ` / \ E 0 E§«0/ 0 �Iƒ\ƒ ( ,- °0co a) _Ouj ± -o\ LE) G/\\ / )/a® c a ° § \\ \WE %_# $® $_A 2 �� E' °% .-�22= .0-- ID §//> »3= 0 .. - w o o ///.$ wo 0 2 $ w � w 1-6 ` AD @ 2 $ & \ _, ± .\.0 0 .R 0 J = m y§ q / 2 7 �@//2 ==2 °\§2e ±ƒ2 q n o e ._ _ =o==E =\f O e 3 N 0 D o w rformance towards meeti Eq Fort Worth. C DBA name irm names as listed on their certification. includi Utilization Form Business E H jI Please include multiple copies of this page if needed to list all contractors and suppliers. Gender and Ethnicity: ❑ Male ❑ Female n Non -Binary nAfrican American n Hispanic Asian nCaucasian 7Native American nMale ElFemale n Non -Binary African American nHispanic nAsian nCaucasian ❑ Native American nMale nFemale [Non -Binary African American nHispanic ❑ Asian Caucasian Native American Male Female n Non -Binary nAfrican American nHispanic Asian nCaucasian Native American Specify Tier Certification Agency Name 1st Tier Certified By: �D/FW MSDC nNCTRCA fTXDOT nWBCS nOther: rtified By: DFW MSDC NCTRCA TXDOT nWBCS Other: Certified By: nDFW MSDC n NCTRCA ETXDOT EWBCS Other: Certified By: nDFW MSDC n NCTRCA ETXDOT nWBCS nOther: V TYPE OF SERVICES/SUPPLIES PROVIDED Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: 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: Utilization Form Business E tO tO tO tO 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 ¥ t o / . k / > @ri A ) - » - : w k k E q \ 2 2 E a) co 2 . _o® E ) E m '- 2 u) -a 2 § £ o E — k [ c ¥ 7 o § a) o/— M\Of k o_ _f. -5 2 � d k c \ c 1 - < 0 ± a) a)q e t _c E o \ m o 2 m 3 c .g -0 o ° W cog ) � 0 tri/0k cn- 0 T §§ .... 2 § dk§\ Q o — c _ -o 2 2 o E E k \ E 2 o f 7 R % % CO E 1 -owj 'E- t 2.gE% ° § 73 _c-o 0 r, § E J E _a co m .q / 2 E § ? f � - 0 E o » - .E £ t E 0_ co @ 3 E » @ y g / 3 § 2 3 / .22E-2 7 G 2 E § ° E o £ a k } ��m ) o \ § / f / j 0.@ ® / o 0/ 3 . E2202 2 & ._ k al m ¥ k % k a) o k o_ 0) b o 2' » o-§fE . E E.- \ § f £ 0 J » t . r @ b 3 @ S Egyq a :cid 3 § » D E _ C » = p £ ¥ f $ o $ E £ @ E & § 0) E 0 >= § 2 / /2»2 5 w 0 % °Li m di 0_ o ¥ 7 au) Era a)2f - 2-0 E 0_ D » Ti » ¥ 3\ \2 (Du) E r 3 .% c t § m 5 E @ E .0 O .0 / _a I Di o > 2 f .0 k_ / q — \ 3 y 2 ).� 2 wo£.@£— .E u) 0 ® k �2��£ CL m E ° m . ,c 7 ƒ 9_ >,7 cn •- .E 2 E § $ Cr » m [ @ > ± 7 3 ° ImEtwm&\Q// 2 °) \ k 7 / Ca ® k7�2-c '� - 0 F > m E o E ° £ E m o .� E % 0) co co •/'� \ •\ G E .g t 0 m @ ) 0 \ Printed Signature Authorized Signature Contact Name and Title (if different) / Phone Number Company Name Email Address \ City/State/Zip Code GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities (FAA, TCEQ) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 Mail Processing Center Federal Aviation Administration Southwest Regional Office Obstruction Evaluation Group 10101 Hillwood Parkway Fort Worth, TX 76177 Issued Date: 01/22/2024 Scott Taylor, PE City of Fort Worth 311 W l0th Street Fort Worth, TX 76102 Aeronautical Study No. 2024-ASW-38-OE ** DETERMINATION OF NO HAZARD TO AIR NAVIGATION ** The Federal Aviation Administration has conducted an aeronautical study under the provisions of 49 U.S.C., Section 44718 and if applicable Title 14 of the Code of Federal Regulations, part 77, concerning: Structure: Water Tower Northside IV EST Location: Avondale, TX Latitude: 33-00-56.19N NAD 83 Longitude: 97-25-32.14W Heights: 874 feet site elevation (SE) 171 feet above ground level (AGL) 1045 feet above mean sea level (AMSL) This aeronautical study revealed that the structure does not exceed obstruction standards and would not be a hazard to air navigation provided the following condition(s), if any, is(are) met: Based on this evaluation, marking and lighting are not necessary for aviation safety. However, if marking/ lighting are accomplished on a voluntary basis, we recommend it be installed in accordance with FAA Advisory circular 70/7460-1 M. This determination expires on 07/22/2025 unless: (a) the construction is started (not necessarily completed) and FAA Form 7460-2, Notice of Actual Construction or Alteration, is received by this office. (b) extended, revised, or terminated by the issuing office. (c) the construction is subject to the licensing authority of the Federal Communications Commission (FCC) and an application for a construction permit has been filed, as required by the FCC, within 6 months of the date of this determination. In such case, the determination expires on the date prescribed by the FCC for completion of construction, or the date the FCC denies the application. NOTE: REQUEST FOR EXTENSION OF THE EFFECTIVE PERIOD OF THIS DETERMINATION MUST BE E-FILED AT LEAST 15 DAYS PRIOR TO THE EXPIRATION DATE. AFTER RE-EVALUATION OF CURRENT OPERATIONS IN THE AREA OF THE STRUCTURE TO DETERMINE THAT NO Page 1 of 3 SIGNIFICANT AERONAUTICAL CHANGES HAVE OCCURRED, YOUR DETERMINATION MAY BE ELIGIBLE FOR ONE EXTENSION OF THE EFFECTIVE PERIOD. This determination is based, in part, on the foregoing description which includes specific coordinates, heights, frequency(ies) and power. Any changes in coordinates, heights, and frequencies or use of greater power, except those frequencies specified in the Colo Void Clause Coalition; Antenna System Co -Location; Voluntary Best Practices, will void this determination. Any future construction or alteration, including increase to heights, power, or the addition of other transmitters, requires separate notice to the FAA.This determination includes all previously filed frequencies and power for this structure. If construction or alteration is dismantled or destroyed, you must submit notice to the FAA within 5 days after the construction or alteration is dismantled or destroyed. This determination does include temporary construction equipment such as cranes, derricks, etc., which may be used during actual construction of the structure. However, this equipment shall not exceed the overall heights as indicated above. Equipment which has a height greater than the studied structure requires separate notice to the FAA. This determination concerns the effect of this structure on the safe and efficient use of navigable airspace by aircraft and does not relieve the sponsor of compliance responsibilities relating to any law, ordinance, or regulation of any Federal, State, or local government body. If we can be of further assistance, please contact our office at (817) 222-5922, or debbie.cardenas@faa.gov. On any future correspondence concerning this matter, please refer to Aeronautical Study Number 2024-ASW-38- OE. Signature Control No: 608476573-610128757 Debbie Cardenas Specialist Attachment(s) Map(s) (DNE) Page 2 of 3 TOPO Map for ASN 2024-ASW-38-OE 17.4 iI % 1'1"r _ ••F . • i+ • R 4 O N ,HILL RD ( `. li • :\ r7 4Q ...... r a r r i) Page 3 of 3 w NEEL—SCHAFFER July 11, 2024 Ms. Vera Poe, P.E. Utilities Review Team Leader TCEQ Utilities Technical Review Team MC 159 12100 Park 35 Circle Building F, Room 3101 Austin, Texas 78753 Via email to PTRS@TCEQ.Texas.Gov Reference: Public Water System Submittal for 1.0 MG Elevated Water Storage Tank City of Fort Worth — PWS ID No. 2200012 Tarrant County, Texas Dear Ms. Poe: The City of Fort Worth is proposing a 1.0 million gallon composite elevated water storage tank be constructed in the Northside IV Pressure Plane on future Eagle Parkway, south of SH 114 between I-35W and US 287. This is known as the Day Tract of Alpha Ranch and is south of CR 4840 and northeast of CR 4925. We have enclosed the drawings and specifications for the proposed composite elevated water storage tank along with a completed Plan Review Submittal Form. Please contact us if you have any questions or comments regarding this submittal. You may contact me via email at Jim.Amick@Neel-Schaffer.com. Please copy Rick.Simpson@Neel-Schaffer.com in case I'm out. James P. Amick, P.E. Enclosures cc: Scott Taylor Y: IProjects1001500010018000118157 City of Fort Worth - Northside IV Elevated Storage TanklDesign\ChecklistlTCEQ Submittal letter.docx P: 817.870.2422 I F: 817.870,2489 515 Houston Street, Suite 651 Fort Worth, TX 76102 www.neel-schaffer.com andscape architects c v N environmen L 0 0) t 0) a O MEM UMW TCEQ Public Water System Plan Review Submittal Form Complete, Seal and Attach to Submittal P Date 02/23/2024 f - - - - - a — i TCEQ PWS Identification No.* L2200012 1 CCN No. or Application No. ** 12311 Water System Name City of Fort Worth Water System Owner City of Fort Worth Type of Entity- City Address 200 Texas Street, Fort Worth Texas 76102 Phone (AC) , 817/392-7240 Responsible Official Scott Taylor Title I Senior Professional Engineer ***County (system location) Tarrant Mechanism & Source of Financing Water Rates Subdivision Sec.. Phase. Unit, Etc. Entire City Engineer g James P. Amick, P.E. Registration No. 6sz95 ` E-Mail Jim.Amick@NeelSchafTer.com Firm Name Neel -Schaffer, Inc. f Phone (AC) 817/870-2422 Fax:(AC) 817/870-2489 Firm Address 515 Houston Street, Suite 651; Fort Worth, Texas 76102 Firm Registration No. F-2697 * If no PWS Number exists, the owner must submit a business plan, if required, in accordance with §290.39(i) and (g). ** If a CCN is required and a CCN does not exist, an application to obtain a CCN number must be accepted before a project submittal can be technically reviewed. In addition, if a submittal is for a project located outside the CCN area, a CCN amendment application must be submitted before a project may be reviewed for construction approval. Please refer to 30 TAC Chapter 291 for additional information regarding CCNs. If this is a new (proposed) system, v'ou must attach the following with this submittal: ❑ Attach a list of all water utilities within'/2 mile of the proposed service area boundaries ❑ Copies of formal applications for service from each of the following: ❑ any municipality if the system is within its ETJ; ❑ any district or other political subdivision whose corporate boundaries are within '/ mile of the proposed service area boundaries o any other water service provider whose certificated service area boundary is within %2 mile of the proposed service area boundaries o Documentation that all application requirements including payment of fees are compliant. o Copies of written responses from each of the entities listed above. o Business plan. The business plan financial requirements for non -community water systems must confirm capital availability to construct the system according to TCEQ requirements. This would consist of a balance sheet that shows liabilities as well as assets, not just a bank confirmation of a deposit account. Alternatively, if the project is being constructed with loan funds, then a loan commitment letter from the lender specific to that project will suffice. o Justification for constructing a separate system (unless none of the entities listed above exist) o TCEQ Core Data Form (No. 10400) o Emergency Preparedness Plan (No. 20536) if serving water in Harris, Fort Bend Counties and have overnight accommodations. Tape of Project (please check the appropriate boxes). All engineering documents must be sealed. signed and dated b► a Texas registered professional engineer. An engineering report that includes the number of connections to be served must accomnan► each project. o Distribution System Modifications Storage Capacity Modifications o Pressure Maintenance Facilities Modifications ❑ ***Water Well Construction, Proposed ❑ ***Well completion data for approved well ❑ ***Ground Water Treatment Plant, New o Disinfection Facilities or Other Modifications o Surface Water Treatment Plant, New o Modification of Surface Water Treatment Plant o Proposed Innovative/Altemative Process Study o Request for Rule Exception o Preliminary Engineering Report w/o plans o Tex. Water Dev. Board. Project No. o Pilot Study for Innovative/Alternative Project (Any treatment process not described in Ch 290 requiring an exception.) o Other (please describe ***Please refer to the following page for a list of counties where an elevated risk of RADIONUCLIDES in the groundwater exists. The website also has helpful information regarding the radionuclide testing required in these counties. IF THIS SUBMITTAL IS A REVISION OF PREVIOUSLY SUBMIT"1kD PLANS, PLEASE ENTER THE ASSIGNED TCEQ LOG NUMBER: N/A Please call (512) 239-4691 if you have questions regarding this form. Your cooperation will help us provide better service. Additional helpful information and rules are available at the Public Water System Plan Review website I hereby certify that the above information is, to the best of my knowledge, true and corr James P. Amick, P.E. Printed Engineer's Name 07/11/2024 Date TCEQ-10233 Revised 01/07/13 Signed P.E. Seal below Page 1 of 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV Elevated Storage Tank City Project No. 104291 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. Classsification — Manufacturer Model No. National Spec Size W , & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/' Adeka Ultra -Seal P-201 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. ASTM D2240/D412/D792 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' Diam. MH Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 FIDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass &Hays Foundry I 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass &Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works 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. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson 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 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 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 MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Presst 33-05-13 (Rev 2/ 24" Dia. * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight * 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. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 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. * Watf Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) SPL Item #49 ASTM C 478 48" 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle 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 ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Fortesra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious • * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Pem*aform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Poly -triplex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Watt .ver - Manholes & Bases/Rehab Systems/NonCementitious i 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 * E1-14 Manhole Rehab Systems Sun Coast 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, Si, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. Classsification Manufacturer Model No. National Spec Size & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) I Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Knutson Enterprises * 33 05 13 Manhole Insert South Westem Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Space' 33-05-24 (07/01/13) 11/04/02 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 Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Water & Sewed Pipes/Ductile Iron 33-11-10(1/8/13) =M * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, Si, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane 7 Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/0 - Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item ff95 Marsh lc, tt98 Pips, ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe &Products Co. Inc. ASTM C 76 Sewer - Pipe E (Method)33-31-23 (01/18/13) Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously PIM System PIM Corporation McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13' Hobas Pipe (Non -Pressure) ASTM D3262/D3754 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" * From Original Standard Products List 2 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer nine larger than 15 inch diameter shall be approved for use by the Water Department on a roiect specific basis. Special bedding may be required for some nines. Approval * Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Pipes/PVC* 33-31-20 (7/1/13) J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4" - 15" 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 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-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlak) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlak) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlak) SDR 26/35 PS 115/46 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) _ i al 7 * Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form M * Fold and Forrn Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Forrn Pipe Insituform Technologies, Inc. Insituform 'NuPlpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter 09/26/91 Sewer - Pipes/Open Profi Large Diameter Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Dum*axx ASTM F 2562 24" to 72" Water - Appurtenances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 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 AW WA C800 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1 Rz" and 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AW WA C800 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AW WA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AW WA C800 1" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AW WA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, ts, and Gaskets 33-11-05 (01/08/13) * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval Spec No. Classsification Water - Combination Air Release 33-31-70 (01/08/13) Manufacturer Model No. National Spec Size * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe&Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 07/05/93 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" E101-5 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 M____1S1t771aK 01/18/18 33-11-12 - - I aVaglil DR14 AWWA C900, AWWA C605, ASTM D1784 4"-12" PVC Pressure Pipe Vinyltech PVC Pipe 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 Wat s/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) Mechanical Joint Fittings AWWA C153 & C110 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJFittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S &B Techncial Products Bulldog System ( Diamond Lok 21 &JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampor) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampor) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/29/2022 Note: All water or sewer nine larger than 15 inch diameter shall be approved for use by the Water Department on a roiect specific basis. Special bedding may be required for some nines. Approval Spec No. Classsification _, Manufacturer Model No. National Spec Size Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15 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 2530 and Series 2536 AWWA 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" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36"(Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ F1owMaster Gate Valve &Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Walks/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) i * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly 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 Water - Polyethylene Enct 33-11-10 (01/08/13) Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD 3/12/96 plina Station Water Plus B20 Water Sampling Station Water Sampling Station 10/21/20 Water - Automatic Flusher i Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portabl ) HG2-A-IN--2-PVC-018-LPLG(Permanent) Automated Flushing System 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) * From Original Standard Products List 5 !— ex Roli ex z L i Concrete 9/9/2022 103 30 00 1Mix Design Amencan Concrete Company I30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 01JAF382 1000 psi Concrete Base Material for Trench Rrpair 40CNF065 4000 psi Concrete for Manholes & Utility Structures 45CAF076 4500 psi Concrete for Hand Placed Paving D10000001737 4500 psi Concrete for Hand Placed Paving D10000001791 4500 psi Concrete for Hand Placed Paving DI000000I793 4500 psi Concrete for Hand Placed Paving DI0000001103 4500 psi Concrete for Hand Placed Paving DI0000002107 4500 psi Concrete for Hand Placed Paving D10000001273 4500 psi Concrete for Hand Placed Paving D10000001617 3600 psi Concrete for Machine Placed Paving D10000008381 4500 rsi Concrete for HES Paving DI0000009857 50 psi Flowable Fill - CLSM D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter D10000010435 3000 psi Concrete for Sidewalks, Curbs D1000001565S 3000psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking D10000001083 4000psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking D10000001685 4000 psi Concrete for Valve Pads D10000005751 750 Psi Concrete Base for Trench Repair D10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 7SKGRT 3000 psi Concrete for Grouting 14500AE 4500 psi Concrete for High Early Strength Paving 452065-1 4500 psi hand placed paving 450065-1 4500 psi hand placed paving. 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 55U120AG 4000 psi Concrete Mix for High Early Strength Paving 30U100AG 3000 psi Concrete Mix for Pine Collars, Inlets, Thrust Blocks, Sidewalks, ADA R.unps 30U101AG 3000 psi Concrete Mix for Flatwork 30U500BG 3000 psi Concrete Mix for Blocking, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveway s, Screen Walls 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 08Y450BA 800 psi Concrete Mix for Base for Trench Repair_ 0 IY690BF 100 psi Concrete Mix for Flowable Fill FWCC60202I 4500 psi concrete for Hand Placed Paving 1FWCC552091 3600 psi for Machine Placed Paving IFWCC602091 3600 psi for Machine Placed Paving IFWCC359101 Flowable Fill - CLSM IFWFF237501 Flowable Fill - CLSM FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches, Lielitinh & Traffic Signal Foundations FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter FWCC50200I 3000 psi for Sidewalks, Driveway s, Ramps, Curb & Gutter, Flatwork 4142 3600 psi Concrete for Curb inlets, Junction Boxes 4518 4000 psi Concrete for Headwalls, Wingv. ails 5167 3600 psi Concrete Mix for Machine Placed Paving 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 6103 4500 psi Concrete Mix for Hand Placed Paving•, Manholes 4502 3000 psi Concrete Mix for Sidewalks 3759 3000 psi Concrete Mix for Sidewalks 1502 150 psi Concrete for Flowable Fill-CLSM 1518 150 Psi Concrete for Flowable Fill-CLSM 5642 4000 psi Concrete for Storm Drain Structures 6595 5000 psi Concrete Mix for High Early Strength Paving 6589 4500 psi Concrete Mix for High Early Strength Paving C 13020AE 3000 psi Concrete for Drivewa;. s, Curb & Gutter 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM American Concrete Company American Concrete Company American Concrete Company Argo, Argos Z. C C 2Z Q Z. Q C Q C C E Arpn {lag D Concrete Rig D Concrete Big Town Concrete Legg Town Concrete Burnco Texas Rumco Texas Bunco Texas Bunco Texas Bunco Texas isurnco Texas Burnco Texas Bunco Texas Bunco Texas tiurna, l OMI Carder Concrete Carder Concrete Carder Concrete Carder Concrete Carder Concrete Carder Concrete Carder Concrete I I'ardct i.ornerrtc Charlrv'c Concrete If'harl ev's C'oncrere Nyy r F Q �. d dJ w l U `. O N ti v ., C huiey's Cnnc=ete Cherfcv's Concrete Ch nrtcy's Concrel e i'l,sr ley's Cuncrele TC N p y g' = V .. ,.. Mix Design Mix Design Mix Design Mix Design Mix Design ea 800000 x X_ s `-0. X X X X Mix Design Mix Design 888888 X X x X X v.�J x x Mix Design Mix Design Mix Design Mix Design .Mix Design Mix Design 5 H x x%% 5. H .Mix Design .Mix Design or % n = ccoA000A % %%%%% a �u . x x 6b 'FAo0 X X.x Mix Design Mix Design C. 0888 X X y X X Mix Design Mix Design 00 X x Mix Design Mix Design Mix Design Mix Design 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 ' 03 30 00 03 30 00 03 30 00 1 03 30 00 1 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 1,03 30 00 t03 30 00 103 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 N tl` N fV O O N N aOO1TT01T0TTUZZZZeZZZZZZ a O. N N N N N tV O O O N N N O. a a N N N N O O N N O01 N N N N O O Q N 01 04 N N N N O O QV Q 0, 0 N N N N O O Q N a O. N N N N O O N N 01 O. N N N N O O QV N a O. N N N N O O N N a 01 N N N N O O N N O. 0, N N N N O O N N a O\ N N N N O O N N ZZ 0, 01 N N N N O O N N ZZZ a 01 N N N N O O N N 01 01 N N N N O O N N 01 01 N N N N O O N N O+O.TTQ,TaaeQ01zzzaz 0, O. N N N N O O N N T 0, N N N N O O N N O. D, N N N N O O N N 01 O, N N N N O O QV Q O. �O N N O ` O. N N N N 0000000000000000 Q Q ON Q, N N N N ``-- O. O. N N N N N Q Os a. N N N N N N`N T a` N N N N a a N N N N N N 0, O. N N N N N EN 0, ON N N N N N N __ T Or FORT WORTH. tinuedl Mix Design Lity Concrete C:nmpan_. J30HA25II 3000 psi Concrete for Rip -Rap 30HA201I 3000 psi Concrete Mix for BlocIdng, Sidewalks, Flatwork, Pads 45NG25II 3600 psi Concrete Mix for Drilled Shafts / 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 36JA001 J 3600 psi Concrete Mix for Machine Placed Paving 40LA2011 4000 psi Concrete Mix for Storm Drain Structures CLNG2511 3600 psi concrete for Drilled Shaft 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps _ 350 3000 psi Concrete Mix for Sidewalksr Driveways, ADA Ramps 9 70 psi Flowable Fi11 - CLSM 9-S-2 70 psi Flowable Fill - CLSM 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 320-8 50 psi Concrete Mix for Flowable Fill - CLSM 230-8 750 psi Concrete Base Material for Trench Repair 330-S8 750 psi Concrete Base Material for Trench Repair 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safely End Treatments, Non-TxDOT Retaining Walls 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driven a} s, Curb & Gutter, Safirt. End Treatments, Non-TxDOT Retaining Walls 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls, Lighting and Traffic Signal Foundations 260-1 3600 psi Concrete Mix for Headwalls 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls, Lighting and Traffic Signal Foundations 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, f Irddwalls, Lighting & Traffic Sifmal Foundations 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingn ills 264-N 4500 psi Concrete Mix for Hand Placed Paving 366 4500 psi Concrete Mix for Hand Placed Paving 265 4500 psi Concrete Mix for Hand Placed Paving 365 4500 psi Concrete Mix for Hand Placed Paving 370-NC 4500 psi Concrete for HES Paving 370-1NC 5000 psi Concrete for HES Paving 375-NC 500 psi Concrete for HES Paving '267 4200 psi Concrete Mix for Manholes and Drainage Structures 270 5000 psi Concrete Mix for Cast -in -Place Box C.ek erts 370 5000 psi Concrete Mix for Cast -in -Place Box Cult erts j255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement :257 3600 psi Concrete mix for Valley Gutters 1A57-M 3600 psi Concrete Mix for Machine Placed Paving I257-M 3600 psr Convent Mix rcrr Machmr Placed Paving 260-M 4000 psi Concrete Mix for Machine Placed Paving 360-M 4000Tsi Concrete Mix for Machine Placed Paving 255-1 l' 3000 psi Concrete Mix for Curb & Gutter _ 355-LP 3000 psi Concrete Mix for Curb & Gutter 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrele Enca.ernent 365-STX 4000 psi Concrete for Bridge slabs, top sldhi ordirccr traffic culverts, approach slabs 357 3600 psi Concrete Mix for Valle!, Gutters GCH4000 4000 psi Concrete for for Sidewalks, Ramp. Headwalls, Inlets, and Storm Drain Structures GCHVS 4000 psi Concrete for Machine Placed Paving GCH4500 4500 psi Concrete Hand Placed Paving rC47PV5E5 3000i i Concrete for Sidewalks, ADA Ramps 2MWR-70J235043000.psi Concrete for Sidewalks, ADA Ramps 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Pavinu 2MWR-10Mr2S50N 4500 psi Concrete for Hand Placed Pak rng 161 PS5EM 4500 psi Concrete for Hand Placed Paving C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 161 PS5EM 4500 psi Concrete Mix for Hand Placed Paving 5177 3000 psi Concrete Mix for Sidewalks 1261 3000 psi Concrete Mix for Sidewalks 1551 3000 psi Concrete Mix for Blocking A% d\ /k e! \k / ƒ 10 In §k kj Clty Concrete Company City Concrete Company. City Concrete Company City Concrete Company City Concrete Company City Concrete Company Cnn, Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Low Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix _ Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix rCow Town Redi Mix [Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix Cow Town Redi Mix GCH Concrete Services C;CH Concrete Services GCH Concrete Services Ingram Concrete & Aggregates Ingram Concrete & Agg>egates Ingram Concrete & Aggregates Ingram Concrete & Aggregates ..;0 \%y c{ \\}}) (E // Oi__«_@@! %% 22 kk(§()\i )k || Jdj)jf») \/ \\ [%[i%)\) gc uu ==la_=== Mix Desigm Mix Design &4J$ Mix Design Mix Design & Mix Design Mix Design Mix Design Mix Design , %&>$ Mix Desigri Mix Design Mix Design Mix Design Mix Design Mix Design E»4a Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design g/\&33}$ Mix Design Mix Desitm Mix Design Mix Design '` Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design J# AA ka 8888 8888 k/!!!• // !!} } /§§§ )2 $)$§ //k/ §§k2///2 §i )) Concrete Con 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 3413 03 3413 03 34 13 03 3413 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 32 13 13 33 13 13 3413 13 03 3® 03 30 00 03 30 00 �03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 103 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 w,,,CDQQ/GOBGOGQMBO9BUQU®U999nngeQQCD)gUgUUqOqOq]ggQqqM]MB000U \ /(()k\ƒ 222/222222((a,�k} ON ON ai os os(((}§2\ as as()/(f)()kk))/§/(222((a, (((( el \ y - : ) \ 12125 4500 psi Concrete for HES Paving 1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitar Sewer Manholes 5409 4000 psi Concrete Mix for Sidewalks, Inlets { 5507 4500 psi Concrete Mix for Hand Placed Paving [5017 200 psi Concrete for Base Material for Trench Repair 9600 3600 psi Concrete for Drill Shafts 1851 4500psi Concrete for Storm Drain Structures, Hand Placed Paving 1822 3600 rsi Concrete for Drilled Shafts 1859 4000 psi Concrete for Drilled Shafts R2131014 3000 psi Concrete for Sidewalks & Ramps R2132214 3,000 psi Concrete for Sidewalks & Ramps D9490SC 3,000 psi Concrete for Sidewalks & Ramps R2131214 3,000 rsi Concrete for Sidewalks & Ramps R2131314 3,000 psi Concrete for Sidewalks & Ramps R2136014 3,000 psi Concrete for Sidewalks & Ramps R2136214 3,000 psi Concrete for Sidewalks & Ramps R2141224 4,000 psi Concrete for Sidewalks & Ramps R2141024 4,000 psi Concrete for Sidewalks & Ramps R2136224 3,600 psi Concrete for Curb inlets R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocki nLt & Encasement FLOW25A 50 psi Concrete for Flowable FiIIICLSM R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads R2146335 4,500 psi Concrete for Hand Placed Pavia„ Inlets, Storm Drain Structures 1R2146034 4,500 psi Concrete for Manholes, Inlets & Headwalls, Hand Placed Paving R214123 4,000 psi Concrete for Inlets, Manholes, Headwalls R2141231 4,000 psi Concrete for Inlets, Sidewalks R2161070 6,00013,000 .ri• 24-hrs. psi Concrete for HES Paving D9492SFC 4,000 psi Concrete for Machine Placed Paving R2146233 4,500 psi Concrete for Hand Placed Paving R2146238 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures R2146336 4,500 psi Concrete for Hand Placed Paving R2146235 4,500 psi Concrete for Hand Placed Paving t,2141N27 4,000 psi Concrete for Machine Placed paving Q2141K30 4,000 psi Concrete for Machine Placed Patin,. // ]] )) as )k uu ) ) ;" R2146P36 4,500 psi Concrete for Hand Placed Paving R2146K36 4,500 rsi Concrete for Hand Placed Paving R2I46N35 4,000 psi Concrete for Inlets, Manholes, Headwalls R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls R2141N24 4,000 psi Concrete for Sidewalks and Ramps R21411(24 4,000 psi Concrete for Sidewalks and Ramps 122146038 4,500 psi Concrete for Inlets, Storm Drain Structures R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets R2146042 4,500 psi Concrete for Hand Placed Paving !R2146242 4,500 psi Concrete for Hand Placed Paving R2146236 4,500 psi Concrete for Hand Placed Paving !D9493SC 4,500 psi Concrete for Hand Placed Paving R2147241 4,500 psi Concrete for Hand Placed Pav inp NCS5020A 3000 pci Concrete Mix for Curb & Gutter, Drivess ays, Sidewalks NCS6020AHP 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving TX C-YY 3000 psi Concrete Mix for Curb Inlets TX C-NY 3000 psi Concrete Mix for Curb Inlets DCA2E554 3000 psi Concrete Mix for Rip Rap V0J11524 3000 psi Concrete Mix for Curb & Gutter FOC10021 215 psi Flowable Fill - CLSM Holcim - SOR, Inc. E lolcim - SOR, Inc. jj}}/j a;E27a )\iiki !a§!@! Martin Marietta ,Martin Marietta Martin Marietta Martin Marietta Martin Marietta .'.1 an,n Marietta Maim Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta fi k) k] ■I Martin Marietta Martin Marietta 'Martin Marietta [Martin Marietta Martin Marietta Martin Marietta !Martin Marietta (Martin Marietta !Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta 22 \\ „ Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta NC1 Redi Mix tit SRedi Mix N RR Rea.3. Mix N131t Read} Mix Redi-Mix 22 2/ Mix Design Mix Design Mix Design Mix Design \!/!!! /2¢2k/ $& IMix Design i[Mix Design #% 66 $k Mix Design Mix Design Mix Design Mix Design Mix Design! Mix Design Mix Design Mix Design Mix Design ix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Desis_•n ;Mix Design IMix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design %© 64 22 Mix Design Mix Design &$ kk §/ Mix Design Mix Desirn Mix Desian Mix Design 03 30 00 03 30 00 03 30 00 04 30 00 _ 03 30 00 _ 03 30 00 430 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 34 13 03 30 00 1 03 30 00 1 03 30 00 1 03 30 00 03 30 00 03 30 00 03 30 00 3213 13 32 13 13 32 13 13 33 13 13 et IA1 32 13 13 32 13 13 32 13 13 32 13 13 I03 30 00 03 30 00 03 30 00 03 30 00 '03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 34 13 CI CV }\\\\\ \\\\\ ON ON\ CA l-4 an an,os\\))\\\\\ \\\\\oosos CA CA \k\\\\\\\\\\))))j)\\\ FORT Try. 'f. 1 lotted) [ I 10L11504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter I0L11524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls IRJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 10L21524 4000 Psi Concrete Mix for Manholes 15611524 4000 psi Concrete Mix for Cast -in -Place Storm Drain Structures 10L115E4 3600 psi Concrete Mix for Bridge substructures DCC2G5E2 3600 rsi Concrete Mix for Drilled Shafts DCU1G5E2 3600 psi Underwater Drilled Shafts 156115D4 4000 psi Bridge Slabs F35238VN 100 psi Flowable Fill - CLSM P0G138K9 1000 psi Concrete Mix for Trench Repair Base Material 10K11524 3600 psi Concrete Mix for Encasement 10N11507 4500 pai s_2600psi .r+ 24 hrs.) Concrete Mix for HES Paving 1ON11504 5000 psi ] 3600 psi yn 2 days) Concrete Mix for HES Pacing 10MI 1524 4500 psi Concrete Mix for Hand Placed Paving 10MI 15044500 psi Concrete Mix for Hand Placed Paving 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 145P25P4 4500 psi Concrete for Storm Drain Structures i 10K115C4 3500 psi Concrete for Thrust Blocks, Valve Pads 1561 I5C4 4000 psi Concrete for CIP Storm Drain Structures 40050 4,000 psi Concrete for Headwalls 35023 3,600 psi Concrete for Machine Placed Paving 45300 4,500 psi Concrete for Hand Placed Paving 40326 4,500 r3,00 r, 3-days) psi Concrete for HES Paving 35000 3600 psi Concrete for Sewer Manholes 35300 3600 psi Concrete for Swere Manholes 35022 3,600 psi Concrete for Junction Box 30050 3,000 psi Concrete for Sidewalks, Inlets, Junction Boxes, Thrust Blocks FW6020AHP 4500 psi Concrete Mix for Hand Placed Pa ire FW60AHP 4500 psi Concrete Mix for Hand Placed Paving TCFW6020AHP 4500 psi Concrete Mix for Hand Placed PayingFW"i'_r!AMk 4ioo (Awnpsi rrr• z-darsl psi Concrete HES Pacing FW6520AMR 4500 t3000 psi • + 3-days] psi HES Paving FW5520AMP 3600 psi Concrete for Machine Placed Paving FWFF275 50-150 psi Flowable Fill - CLSM FW6020A2 4000 psi Concrete Mix for Storm Drain Structures TCFW6025A2 4000 psi Concrete for Manholes TCFW5020A 3000 psi Concrete for Sidewalks FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways. Sidewalks, ADA Ramps CP5020A 3000jsi Concrete Mix for Curb and Gutter TRC4520 4500 psi Concrete for Hand Placed Pavinu 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Raines 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 1:25. 70] 3600 psi Concrete Mix for titarhinr Ptxed Paeuig 0260.2301 4500 psi Concrete Mix for Hand Placed Paving 7M7M2222227 ,-sp s s 3$"$Tanv88$E�9�E9taaeea�+a�e�d amacax,x'8xxaxxrc=s`W n_ F572'ti x x x x W W W=Mrr,m EUGCJ 1 C n E 1 8 VU rru�rvi c c y a o nv c Tarrant Concrete Tarrant Concrete JiJL - - Tarn.' Cimcretr Tarrant Concrete Tarrant Concrete Tarrant Concrete Tarrant Concrete Tarrant Concrete 'Tarrant Concrete Tarrant Concrete Titan Ready Mix True Grit Redi Mix True Grit Redi Mix True Cmt Redi Mix True Grii Redi Mix x x Mix Desigri Mix Desigi x x Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design x x x x Mix Design Mix Design x Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design x x x Mix Design { Mix Design - 'Mix Desig ri Mix Design 'Mix Design Mix Design 'Mix Design Mix Design 'Mix Design Mix Design x Mix Design Mix Design Mix Design r. G Concretes Con 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 34 13 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 1 03 30 00 03 30 00 03 30 00 03 30 00 m aet mm o0 03 3413 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 103 30 00 03 30 00 03 30 00 03 30 00 03 34 13 03 30 00 03 30 00 03 30 00 103 30 00 03 30 00 '03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 N N N O, O, N N N N N; T O, m N N N O ry O, Q O, 0, N N, N Ni N N m c O, O, N N N O N O, , 0, N N N N N N O, T O, N N N N N N O, k- T T N N N N N N Q' T 0 N N N N N N k- a 0, N N N N N N O, 0, N N N N N N �' O, 0, N N N N O N N .r 0,_— N N O O N N, N f� .._ N N O N N l� —.0, } N N N N Q Q` E Q 0, O, N N N N Q Z T m O, N N N N Q N Z a a O, N N O O (9 = O O O O — — N NNNN N 0 N N Z P m a q N 0 N N N a Z 0\ D\ N N N N N N Z Z, a O, N N N N N N Q Z O, T N N N N N N OZ Z, o O, N N 0 N N N 0, Z m m NN O O N N O O O O,Z •+'+ NNNNNNNNNNN 0 0 Z T P 0 O QQQQQQRQ Z Z a` m O O Z Z m T O O Z Z T a\ O O O Z Z Z m m m FORT WORTH. N 0 0 ZsZ T T rFT5D137965 PG64-22 Type D Fine Surface DA5D135965 PG64-22 Tvpe D Fine Surface FT5B117965 PG64-22 Trpe B Fine Base FT1B139965 PG64-22 Type B Fine Base FTIB117.2 PG64-22 Type B Fine Base 1901D PG64-22 Type D Fine Surface [1112B PG64-22 Trpe B Fine Base 1612B PG64-22 Tyne B Fine Base 34IDV6422 PG64-22 Type D Fine Surface 340DV6422 PG64-22 Type D Fine Surface 3076BV6422 PG62-22 Type B Fine Base 34I-BRAP6422ERG PG64-22 Type B Fine Base 37-211305-20 PG64-22 Type B Fine Base 44-211305-17 PG64-22 Type B Fine Base 211305 1,17571 PG64-22 Type B Fine Base 222475 t 1857i PG64-22 Type D Fine Surface 29-222475-19 PG64-22 Type D Fine Surface 1-222475-20 PG64-22 Type D Fine Surface 64-224125-18 PG70-22 Trpe D Fine Surface 12-222475-19 PG64-22 Type D Fine Surface r2222¢ C C C Q 6 C C a .0 7' LX. . Reynolds Asphalt Reynolds Asphalt ad 0 fi � Surmount Paving SgnrnrMlnr Fa .mg b. t 5 TXBIT TXBIT TXI31T TXBIT •L. t X W !Mix Design jMix Design Mix Design Mix Design Mix Design Mix Design .Mix Design Mix Design Mix Design Mix Design ]Mix Design 11 Mix Design Asphalt Pavin 32 12 16 32 12 16 CI M M 32 12 16 32 12 16 32 12 16 32 12 16 32 12 16 32 12 16 O 0 eCI ery eery 0 � eery M 32 12 16 32 12 16 0 0 N eery gel 32 12 16 32 12 16 N N N N NQNN0NNNN Q 0 N N N N CA a Cl N N N fY` ON a N N N N a CT N N O N N ry T •. N N N O N Q hNNNNQN T N N N N ON O0. N N N N N ON Off. N N N N a s N N N N Qom. T Tactile Pavers Heritage Brick CIP Cone osite Paver g DWS - Pavers DWS - Composite DWS - Composite N T N m N m N eery ON T Silicone Joint Sealant ASTh1 D5891 1.7 AyTM D5993 r G g c cia a, 0 0 a U 0 0 0 0 el eery M m m N N Utilin Trench Embedment Sand 3 Silver Creek Materials Crouch Materials Tin Tnp Marin Marietta A w E 1 W Oel O O r`e'ry O e`ryn O O e`ryn N N a N N N N N a 3 h 0 • ] 3Q • 0 wg Fro et O A Foxes®. 132" Diameter Liftmate Water Manhole Gasketed Frame and Cover wlonghom Logo, Model No. NF-1743LT66 32" Diameter Liftmate Sanitay Sewer Manhole Frame and Cover w/Longhom Logo, Model No. NF-1743LT69 ASTM A48 AASHTO M306 ASTM A48 AASHTO M346 ASTM A48 AASFITO M306 ASTM A48 AASRTO M396 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 32" Diameter Fort Worth Sanitur Sewer Manhole Frame and Cover, Item No. NF-2280 Ergo XL Assembly 32" Diameter Sanitary Sewer Manhole Frame and Cover. Model No. 00148021L010 32" Diameter Liftmate Storm Sewer Junction Box and Manhole Frame and Cover w/Longllorn Logo. Model No. NF-1743LTXX 24" Diameter Liftmate Storm Sewer Inlet Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1650LT61 24" Diameter MHRC #220605** 32" Diameter NF-1274-T91 32" Diameter NF-1743-LM 1 Hinged 32.25" Diameter NF-1930-30 32" Diameter NF-1743-HV 124" Diameter 2279ST** 32" Diameter 2280ST 32.25" Diameter EJ1033 X2/A a Neena Foundry Neena Foundry Neena Foundry Nee Foundry 1 U I L. N N N O wzza c c u' w C7 1 'S '_ g i S S �. g cnC� E i a Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Cover Manhole Frames and Coven, Manhole Frame Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers Manhole Frames and Covers :33 05 13 !33 05 13 33 05 13 33 05 13 33 05 13 33 05 13 .33 05 13 33 05 13 .33 05 13 133 05 13 33 05 13 33 05 13 3 N N N N N N N N N N N N N N N N N N N N N N N N N N N N L. T T N N a O. N T U a a N N a O. N T N N P a 0 U 00 U" Precast Box Culverts RCP Wve and Bends 0 0 0 0 0 CA V V M en M 0 N 0. —[HP Polvpropy lene Storm Drain Pipe iAduanrad C minute Systems, Inc. 7anholes and Junction Boxes ASTM COS ASTM C478 ASTM C478 ASTM C478 ASTM C4i1l ASTM Ct7d ASTM C478 ACI 318-14 ASTM C433 ASTM C923 C T C. L: T O. 0 U a ASTM C913 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 _ ASTM C615 ASTM C615 ASTM C615 ASTM C615. ASTM C615 ASTM C615 ASTM C6I5 `ASTM C615. sI.1t•els Precast 4' x 4' Stacked Manhole Precast 5' x 8' Storm Junction Box 'Precast 4' x 4' Storm Junction Box Precast 5' x 5' Storm Junction Box ''Precast 6' x 6' Stonn Junction Box Precast 8' x 8' Storm Junction Box Base Precast 5' x 8' Storm Junction Box Base No. 260-2 6 Sack 3600psi Concrete for Concrete Collars Rinker Materials Reinforced 48" Diameter Spread Footing Manhole Kor-N-Seal 106/406 Series Pipe to Manhole Connector 4' x 4' FRT-4x4-409-PRECAST-BASE 5' x 5' FRT-5x5-409-PRECAST-TOP _ 5' x 5' FRT-5x5-409-PRECAST-BASE 6' x 6' FRT-6x6-409-PRECAST-TOP 6' x 6' FRT-6x6-409-PRECAST-BASE 4'x 4' TPG-4x4-409-PRECAST TOP 4'x 4' TPG-4x4-409-PRECAST BASE 4'x 4' TPG-4x4-412-PRECAST 4-FT RISER 5 'x 5' TPG-5x5-410-PRECAST TOP 5 'x 5' TPG-5x5-410-PRECAST BASE 5 'x 5' TPG-5x5-412-PRECAST 5-FT RISER 6 'x 6' TPG-6x6-411-PRECAST TOP 6 'x 6' TPG-6x6-411-PRECAST BASE 6'x 6' TPG-6x6-412-PRECAST 6-FT RISER 7'x 7' TPG-7x7-411-PRECAST TOP 7'x 7' TPG-7x7-411-PRECAST BASE .7 'x 7' TPG-7x7-412-PRECAST 4-FT RISER 8'x 8' TPG-8x8-411-PRECAST TOP 8'x 8' TPG-8x8-411-PRECAST BASE 8 'x 8' TPG-8x8-412-PRECAST 5-FT RISER Oldcastle C i n.iawn Redi Mix Rinker Materials Jrellebore Engineered Systems c. c7 yy Ic C Thorrpson Pipe Group LI liempson Pipe Gaup L7 cpps 9E.L'g 6 c� j qq�� y w 1 2 E pp V 2 a a 2 V X. -� E E l: yy &.B h.' . 2 i7 g•Y Y n 0 0 0 0 0 ci w w w w FFlT - F 4 Stacked Manhole Junction Box Junction Box Junction Box %% O O Junction Box Junction Box Manhole Manhole Connector Junction Box Junction Box % k 0 X k%% 0 0 0 0 k%%% 0 0 0 K k 0 0 Junction Box Junction Box k k 0 K X 0 AA G C .E.E s Q =mmmmm C C O O C C s 0 C C 0 0 = . C 0 0 0 . C D 0 0w C 0 0 pOm O C O C O s o 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 334910 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 33 49 10 g co N N N N N N N N N N N N N N N N N N N N N tl` N (V y N y N N N N N N N N f N N N N N N N N 00000000000000000000000,0000000 \ NQ NQ` N N (`1 t`! t`1 N`` N N ` NN N N N N N N =`` N= N N O. Q. O. O. O. O. O O Q. Z O. O. T Z a O. Q. O. O. O. Z. O. O. 0 O. O. O.Z... 0 O. O. O. O. 0 0 Z Z 0 a Z O. O. D\ O.I O. O. O. k-. z 0 0 - k- 0 0._0 z' O. FORT WORT H. a J. 42 Storm Drain Curb and Drop Inlets 9/9/2022 !33 49 20 Curb Inlets Fen... 110' x 3' FRT-10x3-405-PRECAST IASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 A STM figs 10' x 3' FRT-10x3-406-PRECAST 10' x 4.5' FRT-10x4-407-PRECAST 10' x 4.5' FRT-10x4-420-PRECAST 4' x 4' FRT-4x4-409-PRECAST-TOP 10' x 3' TPG-10x3-405-PRECAST INLET .15' x 3' TPG-15x3-405-PRECAST INLET '20' x 3' TPG-20X3-405-PRECAST INLET 4' x 4' TPG-4X4-408-PRECAST INLET 5' x 5' TPG-5X5-408-PRECAST INLET 6' x 6' TPG-6X6-408-PRECAST INLET �€ r 0 rForterra Forterra Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group T homm on Pipe tiroup Thompson Pipe Group Thompson Pipe Group C s gip, K .pg .p5 '� .pg c aaa t Q Q Q d 7. U 4 U U U G C G 133 49 20 133 49 20 !33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 33 49 20 N N N N N N N N N N E N N N N N N N N N N NNNNNNNNN L rn- a a T 0 a a a rn